tubbataha reefs natural park ranger · pdf filesection 3 form of bid ... july 2015 tubbataha...
TRANSCRIPT
TTUUBBBBAATTAAHHAA RREEEEFFSS NNAATTUURRAALL PPAARRKK RANGER STATION
PROCURING ENTITY / OWNER
TUBBATAHA MANAGEMENT OFFICE
BID DOCUMENTS
FOR
CP-01: GENERAL CONSTRUCTION WORKS (Main Module) (Re-Bid)
JULY 2015
FIXED LUMP SUM BID DOCUMENTS
PREPARED BY:
RIDER LEVETT BUCKNALL PHILIPPINES, INC. Quantity Surveyors * Projects and Claims Managers * Construction Cost Consultants
TTUUBBBBAATTAAHHAA RREEEEFFSS NNAATTUURRAALL PPAARRKK RRAANNGGEERR SSTTAATTIIOONN Bid Documents for CP-01: General Construction Works
(Main Module)-(Re-Bid)
TTAABBLLEE OOFF CCOONNTTEENNTTSS
Section 1 Invitation to Bid
Section 2 Instructions to Bidders
Section 3 Form of Bid
Section 4 Main Construction Agreement Section 5 General Conditions of Contract Section 6 Special Conditions of Contract Section 7 Summary of Bid Section 8 General Requirements
Section 9 Trade Preambles Section 10 Bills of Materials Section 11 Bid Specifications Section 12 Bid Drawings Section 13 Bid Submission Checklist Section 14 Supplemental Bid Bulletins Section 15 Geotechnical Investigation Report
TTAABBLLEE OOFF CCOONNTTEENNTTSS ((ccoonnttiinnuueedd))
Appendix A – Appendix to Bid Appendix B – Specimen Form of Affidavit of Lien Appendix C – Specimen Form of Performance Bond Appendix D – Specimen Form of Advance Payment Bond Appendix E – Specimen Form of Retention Bond Appendix F – Specimen Form of Sworn Statement of Compliance Appendix G – Specimen Form of Certificate of Site Inspection Appendix H – Specimen Form of Scope, Classification and Attendances of Contractor to Nominated Sub-Contractors Appendix I – Specimen Form of Omnibus Sworn Statement Appendix J – List of Equipment, Owned or Leased and/or Purchased Agreements, Pledged to the Proposed Contract Appendix K – List of Minimum Equipment Requirement Appendix L – Minimum Key Personnel Requirement Appendix M – Bid Securing Declaration Form Appendix N – Contractor’s Profile Appendix O – PCAB License / Registration Particulars Appendix P – Statement of All Government & Private Contracts Completed which are Similar in Nature Appendix Q – List of All On-Going Government and Private Contracts Including Contracts Awarded but not yet Started
Republic of the Philippines Provincial Government of Palawan
Puerto Princesa City
INVITATION TO APPLY FOR ELIGIBILITY AND TO BID FOR THE CP-01: GENERAL CONSTRUCTION WORKS OF MAIN MODULE (RE-BID)
TUBBATAHA REEFS NATIONAL PARK RANGER STATION CAGAYANCILLO, PALAWAN
1. The Provincial Government of Palawan, through the Tubbataha Management Office (Project
Reference No. TMO 01-2015) intends to apply the sum of Forty Million Pesos Only
(PhP 40,000,000.00) as Approved Budget for the Contract (ABC) for the CP-01: General
Construction Works of Main Module Tubbataha Reefs National Park Ranger Station. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
2. The Provincial Government of Palawan now invites bids for the the CP-01: General
Construction Works of Main Module Tubbataha Reefs National Park Ranger Station,
Cagayancillo, Palawan. Completion of the Works is required within one hundred twenty (120)
calendar days at off-shore. Bidders should have completed, within ten (10) years from the date
of submission and receipt of bids, a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions
to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations
(IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform
Act”.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations
with at least seventy five percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines.
4. Prospective bidder should possess a valid PCAB License applicable to the contract, have
completed a similar contract with a value of at least 50% of the ABC, and have key personnel
and equipment (listed in eligibility forms) available for the prosecution of the contract. The
BAC will use non - discretionary pass/fail criteria in the Eligibility Check/Screening as well
as the Preliminary Examination of the Bid. The BAC will conduct post -qualification of the
lowest calculated bidder.
5. Interested bidders may obtain further information from Bids and Awards Committee (BAC)
Secretariat, Provincial Government of Palawan and inspect the Bidding Documents at the
address given below during office hours. Monday to Friday, 8:00 AM to 5:00 PM.
6. A complete set of Bidding Documents may be acquired by interested Bidders on July 14, 2015
from the address below and upon payment of a non-refundable fee for the bidding documents,
pursuant to the latest guidelines issued by the GPPB, in the amount of Twenty Five Thousand
Pesos only (P 25,000.00).
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Provincial Government of
Palawan, provided that Bidders shall pay the non-refundable fee for the Bidding Documents
not later than the submission of their bids.
7. The PROVINCIAL GOVERNMENT OF PALAWAN now calls for the submission of
eligibility documents for the CP-01: General Construction Works of Main Module Tubbataha
Reefs National Park Ranger Station. Interested bidders must submit their Class “A” eligibility
documents on or before July 23, 2015 at the BAC SECRETARIAT, Provincial Government of
Palawan, 3rd
Floor Gov. Alfredo M. Abueg Sr. Building, Provincial Capitol Complex, Rizal Ave.
cor. Fernandez St., Puerto Princesa City 5300. Applications for eligibility will be evaluated
based on a non-discretionary “pass/fail” criterion.
8. The Provincial Government of Palawan will hold a Pre-Bid Conference on July 28, 2015 at
9:00 AM at the BAC Conference Room, 3/F Alfredo M. Abueg Sr. Building, Capitol
Compound, Puerto Princesa City, Palawan which shall be open only to all interested parties who
have purchased the Bidding Documents.
9. Bids must be delivered and received on or before 9:00 AM of August 11, 2015 at the Office of
the BAC Secretariat, 3/F Alfredo M. Abueg Sr. Building, Capitol Compound, Puerto Princesa City, Palawan. All Bids must be accompanied by a Bid Securing Declaration or Bid Security in
any of the acceptable forms and in the amount stated in ITB Clause 27.
Bid opening shall be at 9:00 AM of August 11, 2015 at BAC Conference Room, 3/F Alfredo M.
Abueg Sr. Building, Capitol Compound, Puerto Princesa City, Palawan. Bids will be opened in
the presence of the Bidders or the duly authorized representatives. Late bids shall not be accepted.
10. Schedule of Activities:
Activities PLACE DATE & TIME
1.Issuance of Bid Documents
Office of the BAC Secretariat,
3/F Alfredo M. Abueg Sr.
Building, Capitol Compound
July 14, 2015
2. Submission of Eligibility
Documents
Office of the BAC Secretariat,
3/F Alfredo M. Abueg Sr.
Building, Capitol Compound
July 23, 2015
3. Shorlisting
BAC Conference Room, 3/F
Alfredo M. Abueg Sr.
Building, Capitol Compound
July 24, 2015 at
9:00 AM
4. Pre-Bid Conference
BAC Conference Room, 3/F
Alfredo M. Abueg Sr.
Building, Capitol Compound
July 28, 2015 at
9:00 AM
5. Deadline of Submission
of Bid Querries
Office of the BAC Secretariat,
3/F Alfredo M. Abueg Sr.
Building, Capitol Compound
July 31, 2015
6. Final issuance of
Supplemental Bid Bulletins
Office of the BAC Secretariat,
3/F Alfredo M. Abueg Sr.
Building, Capitol Compound
August 4, 2015
7. Deadline of Submission of
Bids
BAC Conference Room, 3/F
Alfredo M. Abueg Sr.
Building, Capitol Compound
On or before 9:00AM of
August 11, 2015
8. Opening of Bids
BAC Conference Room, 3/F
Alfredo M. Abueg Sr.
Building, Capitol Compound
August 11, 2015 at
9:00AM
9. Bid Evaluation August 12-17, 2015
Site Inspection. The Prospective Bidder is required to visit the site of the works and ascertain for
himself the conditions, approaches and all matters and things which may affect his bid. Site Visit is
scheduled on July 28-30, 2015. Details of the trip will be provided by the TMO.
11. The acquired bidding documents, inclusive of other related procurement documents (Class-A,
Technical, etc.) should be returned/ submitted in sealed envelope(s) by the bidders to the BAC
before the scheduled time, date, and venue of the bid opening.
12. The Provincial Government of Palawan reserves the right to accept or reject any bid, to annul
the bidding process, and to reject all bids at any time prior to the contract award, without thereby
incurring any liability to the affected bidder or bidders.
13. For further information, please refer to:
MR. RICHIEROSS P. AUSTRIA
Chairman, Bids and Awards Committee - II (BAC-II) Secretariat
3rd
floor, Gov. Alfredo M. Abueg Sr. Building,
Provincial Capitol Compound, Puerto Princesa City, Palawan, 5300
[email protected] / www.palawan.gov.ph
(048) 434-6389
ENGR. DENNIS F. ENRIQUEZ
Project Manager, Rider Levett Bucknall Philippines, Inc.
Building 3, Corazon Clemeña Compound,
54 Danny Floro St., Bagong Ilog, Pasig City, Philippines
[email protected] / www.rlb.com
(02) 234-0141 / 234-0129 / 571-3741 / 0917-8484948
ATTY. TEODORO JOSE S. MATTA
BAC-CHAIRMAN
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 1 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
IINNSSTTRRUUCCTTIIOONN TTOO BBIIDDDDEERRSS -- TTAABBLLEE OOFF CCOONNTTEENNTTSS IITTBB CCLLAAUUSSEE DDEESSCCRRIIPPTTIIOONN PPAAGGEE
11 PPrroojjeecctt DDeessccrriippttiioonn 22
22 WWoorrkkss UUnnddeerr TThhiiss PPaacckkaaggee 33
33 PPrrooccuurriinngg EEnnttiittyy // OOwwnneerr SSuupppplliieedd MMaatteerriiaallss 33
44 SSiittee VViissiitt 33
55 BBiidd DDooccuummeennttss 44
66 IInntteerrpprreettaattiioonn,, CCllaarriiffiiccaattiioonn aanndd AAmmeennddmmeennttss ooff BBiiddddiinngg DDooccuummeennttss 44
77 TThhee BBiiddss 55
88 BBiiddddeerr’’ss RReessppoonnssiibbiilliittiieess 55
99 BBiidd VVaalliiddiittyy aanndd LLaanngguuaaggee ooff BBiiddss 99
1100 Submission of Bids / Documents Comprising the Bids 9
1111 BBiidd CCllaarriiffiiccaattiioonn,, DDeettaaiilleedd EEvvaalluuaattiioonn aanndd CCoommppaarriissoonn ooff BBiiddss 1122
1122 AAwwaarrdd ooff tthhee CCoonnttrraacctt 1133
1133 SSiiggnniinngg ooff CCoonnttrraacctt DDooccuummeennttss 1144
1144 AAddvvaannccee PPaayymmeenntt BBoonndd 1144
1155 PPeerrffoorrmmaannccee SSeeccuurriittyy 1155
1166 RReetteennttiioonn BBoonndd 1155
1177 IInnssuurraanncceess 1166
1188 PPrree--BBiidd CCoonnffeerreennccee MMeeeettiinngg 1166
1199 CCoorrrruupptt,, FFrraauudduulleenntt,, CCoolllluussiivvee aanndd CCooeerrcciivvee PPrraaccttiicceess 1166
2200 CCoonnfflliicctt ooff IInntteerreesstt 1188
2211 EElliiggiibbllee BBiiddddeerrss 1199
2222 OOrriiggiinn ooff GGooooddss aanndd SSeerrvviicceess 2200
2233 SSuubbccoonnttrraaccttss 2200
2244 AAlltteerrnnaattiivvee BBiiddss 2200
2255 BBiidd PPrriicceess 2211
2266 BBiidd CCuurrrreenncciieess 2211
2277 BBiidd SSeeccuurriittyy 2222
2288 FFoorrmmaatt aanndd SSiiggnniinngg ooff BBiiddss 2244
2299 SSeeaalliinngg aanndd MMaarrkkiinngg ooff BBiiddss 2244
3300 MMooddiiffiiccaattiioonn aanndd WWiitthhddrraawwaall ooff BBiiddss 2255
3311 OOppeenniinngg aanndd PPrreelliimmiinnaarryy EExxaammiinnaattiioonn ooff BBiiddss 2255
3322 PPrroocceessss ttoo bbee CCoonnffiiddeennttiiaall 2266
3333 PPoosstt QQuuaalliiffiiccaattiioonn 2277
3344 RReesseerrvvaattiioonn CCllaauussee 2288
3355 NNoottiiccee ttoo PPrroocceeeedd 2299
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 2 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
IINNSSTTRRUUCCTTIIOONNSS TTOO BBIIDDDDEERRSS
This Section of the Bidding Documents provides the information necessary for bidders to prepare responsive
Bids, in accordance with the requirements of the Procuring Entity/Owner. It also provides information on the
eligibility check, Bid submission, opening, and evaluation, and on the award of contract.
This Section contains provisions that are to be used unchanged. Matters governing the performance of the
Contractor, payments under the contract, or matters affecting the risks, rights, and obligations of the parties
under the contract are not normally included in this section, but rather under Section 4. General Conditions of
Contract (GCC), and/or Section 5. Special Conditions of Contract (SCC). If duplication of a subject is
inevitable in the other sections of the document prepared by the Procuring Entity/Owner, care must be
exercised to avoid contradictions between clauses dealing with the same matter.
1. PROJECT DESCRIPTION
a) The proposed project calls for the Construction of a New Tubbataha Reefs Natural Park Ranger Station situated 160 kilometers southeast of Puerto Princesa City in Palawan. The project was a
joint planning of the Tubbataha Management Office and World Wide Fund for Nature (WWF-
Philippines) to enhance the country’s capacity to protect Tubbataha from mounting poacher
incursions, grounding incidents and the effects of climate change among others. The Gross Floor
Area (GFA) of the proposed ranger station comprising of three structures is approximately 1,400
square meters. The contract package is CP-01: General Construction Works (Main Module).
b) Procuring Entity/Owner: Tubbataha Management Office
c) Project Director: World Wide Fund – Philippines
d) Procuring Entity’s Representative/
Project Manager: Rider Levett Bucknall Philippines, Inc.
e) Construction Manager: Rider Levett Bucknall Philippines, Inc.
f) Architect of Record: Aguila – Melgazo Construction Corporation
g) Design Consultant: Aguila – Melgazo Construction Corporation
h) Structural Consultant: Struktura Pilipinas
i) Civil Design Consultant: Struktura Pilipinas
j) Mechanical Engineer: Tourism Infrastructure and Enterprise Zone Authority
k) Electrical Engineer: Tourism Infrastructure and Enterprise Zone Authority
l) Plumbing and Sanitary Engineer: Tourism Infrastructure and Enterprise Zone Authority
m) Environmental Consultant: Tubbataha Management Office and World Wide Fund – Phils.
n) Quantity Surveyor: Rider Levett Bucknall Philippines, Inc.
o) Funding Source: Tourism Infrastructure and Enterprise Zone Authority
p) Bids and Awards Committee: Provincial Government of Palawan
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 3 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2. WORKS UNDER THIS PACKAGE
a) Provide all necessary plant, materials, labor, supervision including coordination with other
contractors, subcontractors and suppliers including Nominated or directly employed by the
Procuring Entity/Owner and all other items as required for the complete execution of Works
contained within CP-01: General Construction Works (Main Module) in accordance with the
Bid Documents.
b) All such other works as may be shown on the drawings or described in the Specifications or may
be otherwise be in accordance with the Conditions of Contract.
c) Provision of Site Establishment for the whole Project including but not limited to temporary fencing
and gate, access roads, Contractor’s offices, storage yard, staging area, temporary lighting and
power, water, toilet and sanitary facilities, telecommunications, temporary plant and equipment,
project sign board, provision of tapping points for the use of the Nominated and Direct
Subcontractors, safety, signal and warning, security, protection of public roads upon completion of
the Project, Maintenance of facilities and other temporary facilities to complete the works as
described in the Bill of Preliminaries/General Requirements and as directed by the Owner and the
Project Manager.
The Bidder is required to submit a comprehensive layout and details for the proposed temporary
facilities for the Project.
d) Provision of sufficient site management team to include internal quality assurance/ quality control
and environmental/ health/ Safety teams for the construction of the Project.
e) The Bidder shall secure the following permits for the construction of the Project:-
• Locational and Barangay Clearance (if required)
• Building Permit
• Occupancy Permit
• Any other statutory/authority requirements to permit construction
f) The duration of the works shall be as follows (will be disclosed during the Pre-bid
Conference Meeting);
Anticipated Commencement Date: {Insert Anticipated Commencement Date}
Contract Duration: One Hundred Twenty (120) Calendar days (Off-Shore)
Estimated Completion Date: {Insert Date for Completion}
3. PROCURING ENTITY / OWNER SUPPLIED MATERIALS
The Procuring Entity/Owner reserves the right to delete any item or materials from the Contractor’s
scope of Work anytime after the Contract Award and have it supplied by the Procuring Entity/Owner
but still to be installed and commissioned by the Contractor for the same rates included in the Bills of
Quantities / Bills of Materials for “labor” and its directly proportional amount in “others” if it is deemed
advantageous to the Procuring Entity/Owner.
4. SITE VISIT
4.1 The Bidder is required to visit the Site of the Works and ascertain for himself the conditions,
approaches and all matters and things which may affect his Bid. The cost of such visit shall be
borne by the Bidder. No increase in costs or extension of time shall be considered in the event the
Bidder fails to observe this requirement. The schedule of the site visit will be disclosed during the
Pre-Bid Conference Meeting.
4.2 A specimen form of the Certificate of Site Inspection is included as Appendix “F” which shall be
completed and submitted by the Bidder.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 4 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
5. BID DOCUMENTS
The documents issued for bidding purposes comprise the following:
a) Instructions to Bidders
b) Form of Bid
c) Contract Agreement
d) Special Conditions of Contract
e) General Conditions of Contract
f) Summary of Bid
g) Bill of Preliminaries / General Requirements
h) Trade Preambles and Rules for Construction Measurement
i) Bills of Quantities / Bills of Materials
j) Bid Specifications
k) Bid Drawings
l) Bid Submission Checklist
m) Appendices A - Q inclusive
6. INTERPRETATION, CLARIFICATION AND AMENDMENTS OF BIDDING DOCUMENTS
6.1 Any Bidder who is in doubt as to the exact meaning or interpretation of any part of the Bid
Documents shall immediately seek clarification in writing from:
RIDER LEVET BUCKNALL PHILIPPINES, INC. Bldg.3 Corazon Clemeña Compound,
#54 Danny Floro St. (formerly Canley Road)
Bagong Ilog, Pasig City
Attention: Mr. DENNIS F. ENRIQUEZ
Project Manager Telephone: +632 571-3741 / 234-0129 / 234-0141
Facsimile: +632 477-3856
Email: [email protected]
6.2 Any query must reach the aforementioned not later than the date specified in the pre-bid
conference prior to the submission of bids. Copies of Bidder’s queries and the replies shall be
furnished to all Bidders. The Procuring Entity/Owner reserves the right to alter the Bid Documents
to accord with the queries and extend the date for submission of Bids, if necessary.
6.3 The Procuring Entity/Owner shall not assume any responsibility regarding erroneous
interpretations or conclusions by the Bidder out of the data furnished by the Procuring
Entity/Owner.
6.4 Bidders who have purchased the Bidding Documents may request for clarification(s) on any part
of the Bidding Documents or for an interpretation. Such a request must be in writing and
submitted to the Procuring Entity’s Representative/Project Manager at the address indicated in
the above ITB Clause 6.1, at least ten (10) calendar days before the deadline set for the
submission and receipt of Bids.
6.5 Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s/Owner’s initiative for
purposes of clarifying or modifying any provision of the Bidding Documents not later than seven
(7) calendar days before the deadline for the submission and receipt of Bids. Any modification to
the Bidding Documents shall be identified as an amendment.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 5 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
6. INTERPRETATION, CLARIFICATION AND AMENDMENTS OF BIDDING DOCUMENTS (continued)
6.6 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine
Government Electronic Procurement System (PhilGEPS) and the website of the Procuring
Entity/Owner concerned, if available. It shall be the responsibility of all Bidders who secure the
Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the
BAC. However, bidders who have submitted bids before the issuance of the Supplemental/Bid
Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB
Clause 30.
7. THE BIDS
7.1 The Bidder shall insert within Appendix A the percentage to be added to the actual cost of any
item included as a Prime Cost Sum to fulfill his obligations under the Contract, if awarded, until
the issuance of the Certificate of Acceptance for the Works as a whole.
7.2 All Bid Documents shall be fully completed, extended and totaled in ink and submitted. The sum
shown on the Form of Bid must be the same as the total of the Summary of Bid.
7.3 The value of any item left unpriced shall be deemed to have been included elsewhere within the
Bid Documents.
7.4 The completed Bid Documents shall be without interlineations or erasures except those required
so as to correct errors made by the Bidder, and where such occur, they shall be initialed by the
Bidder.
7.5 The Bills of Quantities / Bills of Materials submitted with the bids, shall be used by the Procuring
Entity/Owner as a basis of bid evaluation, and subsequently during the execution of the Works as
a basis for evaluating accomplishment and for valuing variations.
7.6 Note that the Bills of Quantities/ Bills of Materials has been issued to assist the Bidders in
preparing their bids and shall be used as a guide, with the Bidders being responsible for checking
the contents. The Bidders are entitled to amend the quantities as they consider necessary to
reflect the actual scope of work contained in the Works.
7.7 Any item not indicated in the Bills of Quantities / Bills of Materials but necessary to complete the
scope of Works under CP-01: General Construction Works (Main Module) package shall be
the responsibility of the Bidder and is deemed included in the Total Bid Price.
8. BIDDER’S RESPONSIBILITIES
8.1 The Bidder or its duly authorized representative shall submit a sworn statement in the form
described in Section 2. Bid Forms as required in ITB Clause 10.
8.2 The Bidder is responsible for the following:
(a) The Bidder shall be responsible to carefully examine all the Bid Documents and to have
knowledge of all conditions, local or otherwise, affecting the execution of the Works and to
have determined the facilities available and needed for the Works. Failure to do so shall be at
the Bidder’s risk.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 6 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
8. BIDDER’S RESPONSIBILITIES (continued)
(b) It shall be the sole responsibility of the Bidder to determine and satisfy himself by such means
as he considers necessary or desirable, as to all matters pertaining to the Works, including
the location of the Site; climatic conditions; the nature and conditions of the terrain; geological
conditions; transportation and communication facilities; the requirements and the availability
of materials, labor, water, electric power and roads; the locations and extent of material
sources, and other factors that may affect the cost, duration and execution of the Works.
(c) The Bidder shall submit with his bid, a schedule of equipment including a site layout plan for
such as cranes, hoists, storage areas, utility lines, offices, workshops, stores, toilet facilities,
access and egress points, permanent and temporary site roads, fuel storage, batching plant
and silo, temporary elevators, security stations, first-aid facility and parking areas.
(d) The Bidder shall submit his Construction Methodology with his Bid. This program shall show
the manner and sequence of construction in bar chart form and the critical path shall be
identified on it. It shall indicate the appropriate duration of each activity.
(e) The Bidder shall be solely responsible for compliance with all acts, laws, codes, decrees and
regulations of the Government of the Republic of the Philippines together with any and all
Authorities having jurisdiction over the Project, the Site, the Works and any matter effecting
the same whether supplied or performed on or off the Site.
(f) If within twenty eight (28) days prior to the date for submission of the bid for the Works and
within the Republic of the Philippines any law ordinance, regulation, or government issuance
and the like, either nationally or locally are introduced which may add or reduce the costs of
the Bidder who may execute the Works the Procuring Entity’s Representative/Project
Manager will upon receipt of particulars from the Bidder discuss the same with the Owner and
advise the Bidder accordingly.
(g) The Bidders shall submit a “Sworn Statement of Compliance”, signed on company letter
headed paper, certifying that the bid is fully compliant with the Bid Documents and has taken
into consideration all items issued within the Minutes of Pre-Bid Meeting/s, Bid Bulletins, and
all other Pre-Bid Correspondences. The said Sworn Statement shall be submitted together
with the Bid Documents and shall form part of any eventual Contract. A specimen form of the
Sworn Statement of Compliance is included as Appendix “F”.
(h) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin/s as
provided under Clarification and Amendment of Bidding Documents.
(i) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies,
offices, corporations, or LGUs, including foreign government/foreign or international financing
institution whose blacklisting rules have been recognized by the GPPB;
(j) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is
an authentic copy of the original, complete, and all statements and information provided
therein are true and correct;
(k) Authorizing the Head of the Procuring Entity/Owner or its duly authorized representative/s to
verify all the documents submitted;
(l) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted
full power and authority to do, execute and perform any and all acts necessary and/or to
represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to
such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 7 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
8. BIDDER’S RESPONSIBILITIES (continued)
(m) Complying with the disclosure provision under Section 47 of the Act in relation to other
provisions of Republic Act 3019; and
Failure to observe any of the above responsibilities shall be at the risk of the Bidder
concerned.
8.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site,
determined the general characteristics of the contract works and the conditions for this Project
and examine all instructions, forms, terms, and project requirements in the Bidding Documents.
8.4 It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by
such means as it considers necessary or desirable as to all matters pertaining to this Project,
including: (a) the location and the nature of the contract, project, or work; (b) climatic conditions;
(c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site
communication facilities, requirements, location and availability of construction aggregates and
other materials, labor, water, electric power and access roads; and (d) other factors that may
affect the cost, duration and execution or implementation of the contract, project, or work.
8.5 The Bidder shall bear all costs associated with the preparation and submission of his bid, and the
Procuring Entity/Owner will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
8.6 Bidders should note that the Procuring Entity/Owner will only accept bids only from those that
have paid the non-refundable fee for the Bidding Documents at the office indicated in the
Invitation to Bid.
9. BID VALIDITY AND LANGUAGE OF BIDS
9.1 The Bid shall remain valid for a period of One Hundred and Twenty (120) Days after the Bid
submission date.
9.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring
Entity/Owner may request Bidders to extend the period of validity of their bids. The request and
the responses shall be made in writing. The bid security described in ITB Clause 27 should also
be extended corresponding to the extension of the bid validity period at the least. A Bidder may
refuse the request without forfeiting its bid security, but his bid shall no longer be considered for
further evaluation and award. A Bidder granting the request shall not be required or permitted to
modify its bid.
9.3 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the
Bidder and the Procuring Entity/Owner, shall be written in English. Supporting documents and
printed literature furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation in English certified by the appropriate embassy or
consulate in the Philippines, in which case the English translation shall govern, for purposes of
interpretation of the Bid.
10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID
10.1 The date and time for bid submission shall be on or before 9:00 AM of August 11, 2015.
10.2 The completed bid documents together with the Bidder’s additions all as listed within
sub-clause c) below shall be submitted as follows, Sealing and Marking of Bid to refer in ITB
Clause 29.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 8 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)
a) An outer sealed envelope, containing the two (2) separately sealed envelopes
(1st envelope – Tender and Financial Components , 2
nd envelope - shall be addressed to:
PROVINCIAL GOVERNMENT OF PALAWAN Bids and Awards Committee
3rd
Floor, Gov. Alfredo M. Abueg Sr. Building
Provincial Capitol Compound, Puerto Princesa City, Palawan, 5300
Attention : ATTY. TEODORO JOSE S. MATA
BAC - Chairman
Thru: MR. RICHIEROSS P. AUSTRIA
Chairman, Bids and Awards Committee-II (BAC-II) Secretariat Website: www.palawan.gov.ph
Email: [email protected]
Telephone: (048) 434-6389
b) The inner envelopes shall have the Bidder’s name and address clearly written on them, so
that late submissions may be returned unopened. Any bid submitted after the deadline for
submission and receipt of bids prescribed by the Procuring Entity/Owner, shall be declared
“Late” and shall not be accepted by the Procuring Entity/Owner.
c) The two (2) inner envelopes should comprise of the following components;
c.1) Tender and Financial Components (1st
envelope), all pages must be
signed/initialed and company stamped by the Bidder ;
i) Instructions to Bidders;
ii) A Letter of Certification from the Owner’s approved bonding and/or insurance
company, stating its agreement to furnish an Advance Payment Bond, Performance
Bond, and Retention Bond to the Contractor/Owner, to guarantee the recoupment of
the Advance Payment, the due performance of the Works and fulfillment of the
obligations during the Defects Liability Period by the Bidder respectively upon
Contract Award, including all insurances specified under Clause 2.4 of the General
Conditions of Contract;
iii) Form of Bid;
iv) Main Construction Agreement;
v) General Conditions of Contract;
vi) Special Conditions of Contract;
vii) Summary of Bid;
viii) General Requirements;
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 9 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)
ix) Trade Preambles
x) Rules of Construction Measurement;
xi) Bills of Materials;
xii) Master Construction Program;
xiii) Manpower Schedule;
xiv) Cash Flow forecast based on above;
xv) Contractor’s Equipment Schedule and Site Layout;
xvi) Organization Chart;
xvii) List of Domestic Sub-contractors;
xviii) Key Personnel Resumes;
xix) Construction Methodology;
xx) Site Safety Program;
xxi) Completed BoQ/BoM on CD in Excel Format;
xxii) Bid Submission Checklist duly completed;
xxiii) Accomplished Appendices A – Q
xxiv) Issued Technical Specifications
xxv) Issued Tender Drawings in A3 size paper
xxvi) Issued Bid Bulletins
(xxvi) Issued Addenda Drawings
c.1.1) All Bids that exceed the ABC shall not be accepted.
c.1.2) For foreign-funded procurement, a ceiling may be applied to bid prices
provided the following conditions are met:
(i) Bidding Documents are obtainable free of charge on a freely accessible
website. If payment of Bidding Documents is required by the Procuring
Entity/Owner, payment could be made upon the submission of bids.
(ii) The Procuring Entity/Owner has procedures in place to ensure that the ABC
is based on recent estimates made by the engineer or the responsible unit
of the procuring entity and that the estimates are based on adequate
detailed engineering (in the case of works) and reflect the quality,
supervision and risk and inflationary factors, as well as prevailing market
prices, associated with the types of works or goods to be procured.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 10 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)
(iii) The Procuring Entity/Owner has trained cost estimators on estimating
prices and analyzing bid variances. In the case of infrastructure projects,
the procuring entity must also have trained quantity surveyors.
(iv) The Procuring Entity/Owner has established a system to monitor and report
bid prices relative to ABC and engineer’s/procuring entity’s estimate.
(v) The Procuring Entity/Owner has established a monitoring and evaluation
system for contract implementation to provide a feedback on actual total
costs of goods and works.
c.2) Eligibility and Technical Components (2nd
envelope); all pages must
be signed/initialed and company stamped by the Bidder ;
(a) Eligibility Documents –
Class "A" Documents:
(i) Registration certificate from the Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI) for sole
proprietorship, or Cooperative Development Authority (CDA) for
cooperatives.
(ii) Mayor’s permit issued by the city or municipality where the principal
place of business of the prospective bidder is located;
(iii) Statement of all its ongoing and completed government and private
contracts within ten (10) years from the submission of bids, including
contracts awarded but not yet started, if any. The statement shall
include, for each contract, the following:
(iii.1) name of the contract;
(iii.2) date of the contract;
(iii.3) contract duration;
(iii.4) owner’s name and address;
(iii.5) nature of work;
(iii.6) contractor’s role (whether sole contractor, subcontractor, or
partner in a JV) and percentage of participation;
(iii.7) total contract value at award;
(iii.8) date of completion or estimated completion time;
(iii.9) total contract value at completion, if applicable;
(iii.10) percentages of planned and actual accomplishments,
if applicable;
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 11 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. SUBMISSION OF BIDS / DOCUMENTS COMPRISING THE BID (continued)
(iii.11) value of outstanding works, if applicable;
(iii.12) the statement shall be supported by the notices of award
and/or notices to proceed issued by the owners; and
(iii.13) the statement shall be supported by the Constructors
Performance Evaluation System (CPES) rating sheets,
and/or certificates of completion and owner’s acceptance, if
applicable;
(iv) Valid Philippine Contractors Accreditation Board (PCAB) license and
registration for the type and cost of the contract for this Project;
(v) Audited financial statements, showing, among others, the prospective
total and current assets and liabilities, stamped “received” by the BIR
or its duly accredited and authorized institutions, for the preceding
calendar year which should not be earlier than two (2) years from the
date of bid submission;
(vi) NFCC computation or CLC in accordance with ITB Clause 21.5; and
Class "B" Document:
(vii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof,
duly notarized statements from all the potential joint venture partners
stating that they will enter into and abide by the provisions of the JVA
in the instance that the bid is successful shall be included in the bid.
(b) Technical Documents –
(i) Bid security. Bid Security Declaration or/if the Bidder opts to submit
the bid security in the form of:
(i.1) a bank draft/guarantee or an irrevocable letter of credit issued by
a foreign bank, it shall be accompanied by a confirmation from a
Universal or Commercial Bank; or
(i.2) a surety bond accompanied by a certification coming from an
authorized Insurance Commission that a surety or insurance
company is authorized to issue such instrument;
(ii) Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of
RA 9184 and using the form prescribed in Appendix I.
d) A total of three (3) envelopes are to be submitted by the Bidders which Sealing and
Marking is identified in ITB Clause 29.
10.3 Bid Documents shall be opened at a date, time and place that to be disclosed by the Procuring
Entity/Owner during the pre-bid conference meeting. No revision, reduction, addition, alteration
or modification shall be allowed after the date and time of submission.
10.4 Under no circumstances shall the receiving copy of the letter of Bid state the amount, or any
other details. A simple cover letter will only be acknowledged.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 12 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
11. BID CLARIFICATION, DETAILED EVALUATION AND COMPARISON OF BIDS
11.1 Bids that do not comply with all the conditions and requirements will be rejected. However, the
Procuring Entity/Owner reserves the right to waive any deviation in the Bid Documents received
which do not affect the substance, price, or validity of the same.
11.2 Conforming Bid Documents shall be checked arithmetically and any error found shall be
corrected, adjustment made either deductive or additive and the Bidder has the option to abide
by his Total Bid Price or revise accordingly.
11.3 Any item found to be over or under-priced shall be adjusted to a fair rate, with the agreement of
the Bidder, and the new rate shall be used for the purposes of evaluating accomplishments and
variations to the Works and for no other purpose. Such rates are to be agreed prior to the
signing of the Contract with the Procuring Entity/Owner.
11.4 The Procuring Entity/Owner may request the Bidder to clarify, expand or provide detailed
breakdowns of their unit or lump-sum prices, and in complying with the request the Bidder shall
not alter the substance or price of his Bid.
11.5 The Procuring Entity/Owner shall have the option to further evaluate and investigate the
Bidder’s technical and financial capabilities to satisfactorily perform the Works and the results
of which shall form part of the award criteria, including, but not limited to, requesting for
appropriate information, data, papers, and documents from the Bidder.
11.6 The Procuring Entity/Owner will undertake the detailed evaluation and comparison of Bids
which have passed the opening and preliminary examination of Bids, pursuant to ITB Clause
31, in order to determine the Lowest Calculated Bid.
11.7 In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity/Owner shall
undertake the following:
(a) The detailed evaluation of the financial component of the bids, to establish the correct
calculated prices of the bids; and
(b) The ranking of the total bid prices as so calculated from the lowest to highest. The bid with
the lowest price shall be identified as the Lowest Calculated Bid.
11.8 The Procuring Entity's/Owner’s BAC shall immediately conduct a detailed evaluation of all bids
rated “passed,” using non-discretionary “pass/fail” criterion. The BAC shall consider the
following in the evaluation of bids:
(a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not
addressing or providing all of the required items in the Schedule of Requirements including,
where applicable, bill of quantities/materials, shall be considered non-responsive and, thus,
automatically disqualified. In this regard, where a required item is provided, but no price is
indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for
the said item would mean that it is being offered for free to the Procuring Entity/Owner; and
(b) Arithmetical corrections. Consider computational errors and omissions to enable proper
comparison of all eligible bids. It may also consider bid modifications if expressly
allowed. Any adjustment shall be calculated in monetary terms to determine the
calculated prices.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 13 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
11. BID CLARIFICATION, DETAILED EVALUATION AND COMPARISON OF BIDS (continued)
Based on the detailed evaluation of bids, those that comply with the above-mentioned
requirements shall be ranked in the ascending order of their total calculated bid prices, as
evaluated and corrected for computational errors, discounts and other modifications, to identify
the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for
computational errors, discounts and other modifications, which exceed the ABC shall not be
considered.
11.9 The Procuring Entity’s/Owner’s evaluation of bids shall only be based on the bid price quoted in
the Financial Bid Form
11.10 Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all
bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to,
value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be
itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes,
shall be the basis for bid evaluation and comparison.
12. AWARD OF THE CONTRACT
12.1 As soon as possible after Bid Evaluation but not later than the date of bid validity, the Procuring
Entity/Owner shall notify the successful Bidder who has been determined to be the Lowest
Calculated and Responsive Bidder, that his bid is acceptable, subject to the bidder executing a
contract and obtaining the required bonds. The Letter of Intent/ Notice of Award/to Proceed
(hereinafter referred to as Contract Award) shall constitute a binding Contract, until the formality
of signing the Contract Documents occurs between the successful Bidder and the Procuring
Entity/Owner.
12.2 The Procuring Entity/Owner reserves the right to reject any or all bids received, or to annul the
bidding for any reason, without incurring any liability to any or all bidders. The Owner also
reserves the right to waive any formality required in the bids received and to disregard any
which is, in the opinion of the Quantity Surveyor, unevenly priced.
12.3 Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the
following conditions:
(a) Submission of the following documents within the prescribed period from receipt by the
Bidder of the notice that it has the Lowest Calculated and Responsive Bid:
(i) Valid JVA, if applicable, within ten (10) calendar days;
(ii) Valid PCAB license and registration for the type and cost of the contract to be bid for
foreign bidders, within thirty (30) calendar days, if allowed under a Treaty or
International or Executive Agreement;
(b) Posting of the performance security in accordance with ITB Clause 15;
(c) Signing of the contract as provided in ITB Clause 13; and
(d) Approval by higher authority, if required.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 14 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
13. SIGNING OF CONTRACT DOCUMENTS
13.1 At the same time as the Procuring Entity/Owner notifies the successful Bidder that its Bid has
been accepted, the Procuring Entity/Owner shall send the Contract Form to the Bidder, which
Contract has been provided in the Bidding Documents, incorporating therein all agreements
between the parties.
13.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall
post the required performance security, sign and date the contract and return it to the Procuring
Entity/Owner.
13.3 The Procuring Entity/Owner shall enter into contract with the successful Bidder within the same
ten (10) calendar day period provided that all the documentary requirements are complied with.
13.4 The following documents shall form part of the contract:
(a) Contract Agreement;
(b) Bidding Documents;
(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other
documents/statements submitted;
(d) Performance Security;
(e) Credit line in accordance with ITB Clause 21.5, if applicable;
(f) Notice of Award of Contract; and
(g) Other contract documents that may be required by existing laws
14. ADVANCE PAYMENT BOND
14.1 The Procuring Entity/Owner shall, upon a written request of the contractor which shall be
submitted as a contract document, make an advance payment to the contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump
sum or, at the most two, installments according to a schedule specified by the Procuring
Entity/Owner.
14.2 The advance payment shall be made only upon the submission to and acceptance by the
Procuring Entity/Owner of an irrevocable standby letter of credit of equivalent value from a
commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a
surety or insurance company duly licensed by the Insurance Commission and confirmed
by the Procuring Entity/Owner.
14.3 The advance payment shall be repaid by the Contractor by an amount equal to the
percentage of the total contract price used for the advance payment.
14.4 The contractor may reduce his standby letter of credit or guarantee instrument by the
amounts refunded by the Monthly Certificates in the advance payment.
14.5 The Procuring Entity/Owner will provide an Advance Payment on the Contract Price as
stipulated in the Conditions of Contract, subject to the maximum amount stated in above
Clause 14.1.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 15 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
15. PERFORMANCE SECURITY
15.1 To guarantee the faithful performance by the winning Bidder of its obligations under the
contract, it shall post a performance security within a maximum period of ten (10) calendar days
from the receipt of the Notice of Award from the Procuring Entity/Owner and in no case later
than the signing of the contract. The Performance Security shall be valid up to one (1) year)
after the scheduled contract completion, and shall be extended as necessary for the account of
the successful Bidder.
15.2 The performance security shall be denominated in Philippine Pesos and posted in favor of the
Procuring Entity/Owner in an amount equal to the percentage of the total contract price in
accordance with the following schedule:
Form of Performance Security
Amount of Performance Security
(Equal to Percentage of the Total
Contract Price)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
Ten percent (10%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly certified
by the Insurance Commission as
authorized to issue such
security; and/or
Thirty percent (30%)
(d) Any combination of the
foregoing.
Proportionate to share of form with
respect to total amount of security
15.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall
constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in
which event the Procuring Entity/Owner shall initiate and complete the post qualification of the
second Lowest Calculated Bid. The procedure shall be repeated until the Lowest Calculated
and Responsive Bid is identified and selected for contract award. However if no Bidder passed
post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-
advertisement.
16. RETENTION BOND
The Procuring Entity/Owner shall release the total retention sum withheld from interim certificates
upon the issuance of the Certificate of Practical Completion and upon receipt by the Owner of an
undertaking for the Rectification of Defects within the Defects Liability Period and a Retention Bond
drawn from an Owner-approved bonding or insurance company. A Sample of a Retention Bond is
attached hereto and marked as Appendix “E”.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 16 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
17. INSURANCES
The Contractor shall submit and deliver the Contractor’s All-Risk, Third Party Liability insurance
policies in the amounts as shown within Appendix “A” together with General Liability insurance if
required all of which shall remain in force until the Works are satisfactorily completed and accepted by
the Owner.
18. PRE-BID CONFERENCE MEETING
18.1 The Principal and person-in-charge of each bid is required to attend the Pre-Bid Conference
Meeting which is scheduled to be held on July 28, 2015, 9:00 AM at BAC Conference Room, 3/F Alfredo M. Abueg Sr. Building, Capitol Compound, Puerto Princes City, Palawan.
18.2 The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for
the submission of and receipt of bids. If the Procuring Entity./Owner determines that, by reason
of the method, nature, or complexity of the contract to be bid, or when international participation
will be more advantageous to the Government of the Philippines, a longer period for the
preparation of bids is necessary, the pre-bid conference shall be held at least thirty (30)
calendar days before the deadline for the submission and receipt of bids.
18.3 Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand
the Procuring Entity’s/Owner’s requirements. Non-attendance of the Bidder will in no way
prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to
the Bidding Documents as recorded in the minutes of the pre-bid conference and the
Supplemental/Bid Bulletin.
18.4 Any statement made at the pre-bid conference shall not modify the terms of the bidding
documents unless such statement is specifically identified in writing as an amendment thereto
and issued as a Supplemental/Bid Bulletin.
19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES
19.1 The Procuring Entity/Owner, as well as bidders and contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. In pursuance of this
policy, the Funding Source:
(a) defines, for purposes of this provision, the terms set forth below as follows:
(i) "corrupt practice" means behavior on the part of officials in the public or
private sectors by which they improperly and unlawfully enrich themselves,
others, or induce others to do so, by misusing the position in which they are
placed, and includes the offering, giving, receiving, or soliciting of anything of
value to influence the action of any such official in the procurement process
or in contract execution; entering, on behalf of the Procuring Entity/Owner,
into any contract or transaction manifestly and grossly disadvantageous to
the same, whether or not the public officer profited or will profit thereby, and
similar acts as provided in Republic Act 3019;
(ii) "fraudulent practice" means a misrepresentation of facts in order to influence
a procurement process or the execution of a contract to the detriment of the
Procuring Entity/Owner, and includes collusive practices among Bidders
(prior to or after Bid submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the Procuring Entity/Owner of the
benefits of free and open competition;
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 17 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES (continued)
(iii) “collusive practices” means a scheme or arrangement between two or more
bidders, with or without the knowledge of the Procuring Entity/Owner,
designed to establish bid prices at artificial, non-competitive levels; and
(iv) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons, or their property to influence their participation in a
procurement process, or affect the execution of a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence
material to an administrative proceedings or investigation or making
false statements to investigators in order to materially impede an
administrative proceedings or investigation of the Procuring
Entity/Owner or any foreign government/foreign or international
financing institution into allegations of a corrupt, fraudulent, coercive
or collusive practice; and/or threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or investigation or from
pursuing such proceedings or investigation; or
(bb) acts intended to materially impede the exercise of the inspection and
audit rights of the Procuring Entity/Owner or any foreign
government/foreign or international financing institution herein.
(b) will reject a proposal for award if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the Contract;
and
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded Contract funded by the Funding Source if it at any time determines that the
firm has engaged in corrupt or fraudulent practices in competing or, or in executing, a
Contract funded by the Funding Source.
19.2 Further, the Procuring Entity/Owner will seek to impose the maximum civil, administrative,
and/or criminal penalties available under the applicable laws on individuals and organizations
deemed to be involved in any of the practices mentioned in ITB Clause 19.1(a).
19.3 Furthermore, the Funding Source and the Procuring Entity/Owner reserve the right to inspect
and audit records and accounts of a contractor in the bidding for and performance of a contract
themselves or through independent auditors as reflected below;
19.3.1 The Procuring Entity’s Representative/Project Project Manager shall at all reasonable
times during construction of the Work be entitled to examine, inspect, measure and
test the materials and workmanship, and to check the progress of the construction.
19.3.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a defect and the test
shows that it does, the Contractor shall pay for the test and any samples. If there is
no defect, the test shall be a Compensation Event.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 18 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
19. CORRUPT, FRAUDULENT, COLLUSIVE AND COERCIVE PRACTICES (continued)
19.3.3 The Contractor shall permit the Funding Source to inspect the Contractor’s accounts
and records relating to the performance of the Contractor and to have them audited
by auditors appointed by the Funding Source, if so required by the Funding Source.
20. CONFLICT OF INTEREST
20.1 All bidders found to have conflicting interests shall be disqualified to participate in the
procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and
criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder
in any of the events described in paragraphs (a) through (c) and a general conflict of interest in
any of the circumstances set out in paragraphs (d) through (g) below:
(a) A Bidder has controlling shareholders in common with another Bidder;
(b) A Bidder receives or has received any direct or indirect subsidy from any other
Bidder;
(c) A Bidder has the same legal representative as that of another Bidder for purposes of
this Bid;
(d) A Bidder has a relationship, directly or through third parties, that puts them in a
position to have access to information about or influence on the bid of another Bidder
or influence the decisions of the Procuring Entity/Owner regarding this bidding
process. This will include a firm or an organization who lends, or temporarily seconds,
its personnel to firms or organizations which are engaged in consulting services for
the preparation related to procurement for or implementation of the project if the
personnel would be involved in any capacity on the same project;
(e) A Bidder submits more than one bid in this bidding process. However, this does not
limit the participation of subcontractors in more than one bid;
(f) A Bidder who participated as a consultant in the preparation of the design or technical
specifications of the goods and related services that are the subject of the bid; or
(g) A Bidder who lends, or temporary seconds, its personnel to firms or organizations
which are engaged in consulting services for the preparation related to procurement
for or implementation of the project, if the personnel would be involved in any
capacity on the same project.
20.2 In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be
accompanied by a sworn affidavit of the Bidder (see Appendix I, for the form) that it is not
related to the Head of the Procuring Entity/Owner, members of the Bids and Awards Committee
(BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the
head of the Project Management Office (PMO) or the end-user unit, and the project
consultants, by consanguinity or affinity up to the third civil degree. On the part of the bidder,
this Clause shall apply to the following persons:
(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;
(b) If the Bidder is a partnership, to all its officers and members;
(c ) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders; and
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 19 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
20. CONFLICT OF INTEREST (continued)
(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause
shall correspondingly apply to each of the members of the said JV, as may be
appropriate.
Relationship of the nature described above or failure to comply with this Clause will result in
the automatic disqualification of a Bidder.
21. ELIGIBLE BIDDERS
21.1 The following persons shall be eligible to participate in this Bidding:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of which at least
seventy five percent (75%) of the interest belongs to citizens of the Philippines;
(c) Corporations duly organized under the laws of the Philippines, and of which at least
seventy five percent (75%) of the outstanding capital stock belongs to citizens of the
Philippines;
(d) Cooperatives duly organized under the laws of the Philippines, and of which at least
seventy five percent (75%) of the interest belongs to citizens of the Philippines; and
(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or more
persons/entities that intend to be jointly and severally responsible or liable for a particular
contract: Provided, however, that, in accordance with Letter of Instructions No. 630,
Filipino ownership or interest of the joint venture concerned shall be at least seventy five
percent (75%): Provided, further, that joint ventures in which Filipino ownership or interest
is less than seventy five percent (75%) may be eligible where the structures to be built
require the application of techniques and/or technologies which are not adequately
possessed by a person/entity meeting the seventy five percent (75%) Filipino ownership
requirement: Provided, finally, that in the latter case, Filipino ownership or interest shall
not be less than twenty five percent (25%). For this purpose Filipino ownership or interest
shall be based on the contributions of each of the members of the joint venture as
specified in their JVA.
21.2 The Procuring Entity/Owner may also invite foreign bidders when provided for under any
Treaty or International or Executive Agreement.
21.3 Government Corporate Entities may be eligible to participate only if they can establish that
they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are
not dependent agencies of the GOP or the Procuring Entity/Owner.
21.4 (a) The Bidder must have completed, within ten (10) years from the submission of bids, a
single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the
ABC adjusted to current prices using the National Statistics Office consumer price index.
(b) For Foreign-funded Procurement, the Procuring Entity/Owner and the foreign
government/foreign or international financing institution may agree on another track record
requirement.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 20 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
21. ELIGIBLE BIDDERS (continued)
21.5 The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a
Commitment from a Universal or Commercial bank to extend a credit line in its favor if
awarded the contract for this project (CLC).
The NFCC, computed using the following formula, must be at least equal to the ABC to be
bid:
NFCC = [(Current assets minus current liabilities) (K)] minus the value of all outstanding
or uncompleted portions of the projects under ongoing contracts, including awarded
contracts yet to be started coinciding with the contract for this Project.
Where:
K = 10 for a contract duration of one year or less, 15 for a contract duration of more than
one year up to two years, and 20 for a contract duration of more than two years.
The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by
a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In
the case of local government units (LGUs), the Bidder may also submit CLC from other banks
certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial
instrument.
22. ORIGIN OF GOODS AND SERVICES
There is no restriction on the origin of Goods, or Contracting of Works or Services other than those
prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter
of the United Nations.
23. SUBCONTRACTS
23.1 The Bidder may subcontract portions of the Works to an extent as may be approved by the
Procuring Entity/Owner. However, subcontracting of any portion shall not relieve the Bidder
from any liability or obligation that may arise from the contract for this Project.
23.2 Subcontractors must submit the documentary requirements under ITB Clause 10 and comply
with the eligibility criteria. In the event that any subcontractor is found by the Procuring
Entity/Owner to be ineligible, the subcontracting of such portion of the Works shall be
disallowed.
23.3 The Bidder may identify the subcontractor to whom a portion of the Works will be
subcontracted at any stage of the bidding process or during contract implementation. If the
Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall
include the required documents as part of the technical component of its bid.
24. ALTERNATIVE BIDS
24.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a
Bidder in addition or as a substitute to its original bid which may be included as part of its
original bid or submitted separately therewith for purposes of bidding. A bid with options is
considered an alternative bid regardless of whether said bid proposal is contained in a single
envelope or submitted in two (2) or more separate bid envelopes.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 21 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
24. ALTERNATIVE BIDS (continued)
24.2 Bidders shall submit offers that comply with the requirements of the Bidding Documents,
including the basic technical design as indicated in the drawings and specifications.
Alternative bids shall not be accepted.
24.3 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder
who submits or participates in more than one bid (other than as a subcontractor if a
subcontractor is permitted to participate in more than one bid) will cause all the proposals with
the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable
criminal, civil and administrative penalties that may be imposed upon the persons and entities
concerned.
25. BID PRICES
25.1 The contract shall be for the whole Works based on the priced Bill of Quantities / Bill of
Materials submitted by the Bidder.
25.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of
Quantities / Bill of Materials. Bids not addressing or providing all of the required items in the
Bidding Documents including, where applicable, bill of quantities/materials, shall be
considered non-responsive and, thus, automatically disqualified. In this regard, where a
required item is provided, but no price is indicated, the same shall be considered as non-
responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for
free to the Government.
25.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any
other cause, prior to the deadline for submission of bids, shall be included in the rates, prices,
and total bid price submitted by the Bidder.
25.4 All bid prices for the given scope of work in the contract as awarded shall be considered as
fixed prices, and therefore not subject to price escalation during contract implementation,
except under extraordinary circumstances. Price escalation may be allowed in extraordinary
circumstances as may be determined by the National Economic and Development Authority
in accordance with the Civil Code of the Philippines, and upon the recommendation of the
Procuring Entity/Owner. Furthermore, in cases where the cost of the awarded contract is
affected by any applicable new laws, ordinances, regulations, or other acts of the GOP,
promulgated after the date of bid opening, a contract price adjustment shall be made or
appropriate relief shall be applied on a no loss-no gain basis.
26. BID CURRENCIES
26.1 All bid prices shall be quoted in Philippine Pesos. However, for purposes of bid evaluation,
bids denominated in foreign currencies shall be converted to Philippine currency based on the
exchange rate prevailing on the day of the Bid opening.
26.2 If so allowed in accordance with ITB Clause 26.1, the Procuring Entity/Owner for purposes of
bid evaluation and comparing the bid prices will convert the amounts in various currencies in
which the bid price is expressed to Philippine Pesos at the exchange rate as published in the
BSP reference rate bulletin on the day of the bid opening.
26.3 Payment of the contract price shall be made in Philippine Pesos.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 22 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
27. BID SECURITY
27.1 The bid security shall be equal to the percentage of the ABC in accordance with the following
schedule:
Form of Bid Security Amount of Bid Security
(Equal to Percentage of the ABC)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
Two percent (2%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly certified
by the Insurance Commission as
authorized to issue such security;
and/or
Five percent (5%)
(d) Any combination of the foregoing. Proportionate to share of form with
respect to total amount of security
For biddings conducted by local government units, the Bidder may also submit bid securities
in the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of credit
from other banks certified by the BSP as authorized to issue such financial statement.
27.2 The bid security should be valid for a period of one hundred twenty (120) calendar days after
the bid submission. Any bid not accompanied by an acceptable bid security shall be rejected
by the Procuring Entity/Owner as non-responsive.
27.3 No bid securities shall be returned to bidders after the opening of bids and before contract
signing, except to those that failed or declared as post-disqualified, upon submission of a
written waiver of their right to file a motion for reconsideration and/or protest. Without
prejudice on its forfeiture, Bid Securities shall be returned only after the bidder with the
Lowest Calculated Responsive Bid has signed the contract and furnished the Performance
Security, but in no case later than the expiration of the Bid Security validity period indicated in
ITB Clause 27.2.
27.4 Upon signing and execution of the contract, pursuant to ITB Clause 13, and the posting of the
Performance Security, pursuant to ITB Clause 15, the successful Bidder’s Bid security will be
discharged, but in no case later than the Bid security validity period as indicated in ITB Clause
27.2.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 23 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
27. BID SECURITY (continued)
27.5 The bid security may be forfeited:
(a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in ITB Clause 9;
(ii) does not accept the correction of errors pursuant to ITB Clause 11.8(b);
(iii) fails to submit the requirements within the prescribed period, or a finding against their
veracity, as stated in ITB Clause 33.2;
(iv) submission of eligibility requirements containing false information or falsified
documents;
(v) submission of bids that contain false information or falsified documents, or the
concealment of such information in the bids in order to influence the outcome of
eligibility screening or any other stage of the public bidding;
(vi) allowing the use of one’s name, or using the name of another for purposes of public
bidding;
(vii) withdrawal of a bid, or refusal to accept an award, or enter into contract with the
Government without justifiable cause, after the Bidder had been adjudged as having
submitted the Lowest Calculated and Responsive Bid;
(viii) refusal or failure to post the required performance security within the prescribed
time;
(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of
seven (7) calendar days from receipt of the request for clarification;
(x) any documented attempt by a bidder to unduly influence the outcome of the bidding
in his favor;
(xi) failure of the potential joint venture partners to enter into the joint venture after the bid
is declared successful; or
(xii) all other acts that tend to defeat the purpose of the competitive bidding, such as
habitually withdrawing from bidding, submitting late Bids or patently insufficient bid,
for at least three (3) times within a year, except for valid reasons.
(b) if the successful Bidder:
(i) fails to sign the contract in accordance with ITB Clause 13;
(ii) fails to furnish performance security in accordance with ITB Clause 15.
27.6 Bid Securing Declaration (BSD) may be considered as form of Bid Security as sample format
is specified in Appendix M.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 24 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
28. FORMAT AND SIGNING OF BIDS
28.1 Bidders shall submit their bids through their duly authorized representative using the
appropriate forms provided in Section 2 – Form of Bid on or before the deadline specified in the
ITB Clause 10 in two (2) separate sealed bid envelopes, and which shall be submitted
simultaneously. The first shall contain the technical component of the bid, including the eligibility
requirements under ITB Clause 10, and the second shall contain the financial component of the
bid.
28.2 Forms as mentioned in ITB Clause 28.1 must be completed without any alterations to their
format, and no substitute form shall be accepted. All blank spaces shall be filled in with the
information requested.
28.3 The Bidder shall prepare an original of the first and second envelopes as described in ITB
Clauses 10. In addition, the Bidder shall submit copies of the first and second envelopes. In
the event of any discrepancy between the original and the copies, the original shall prevail.
28.4 The bid, except for unamended printed literature, shall be signed, and each and every page
thereof shall be initialed, by the duly authorized representative/s of the Bidder.
28.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by
the duly authorized representative/s of the Bidder.
29. SEALING AND MARKING OF BIDS
i. Bidders shall enclose their original eligibility and technical documents described in ITB Clause
10, in one sealed envelope marked “ORIGINAL – ELIGIBILITY AND TECHNICAL
COMPONENT”, and the original of their tender and financial component in another sealed
envelope marked “ORIGINAL – TENDER AND FINANCIAL COMPONENT”, sealing them all in
an outer envelope marked “1st
Envelope-ORIGINAL BID”.
ii. Bidder should submit the duplicate copies of the original bid with markings as identified below;
“2nd
Envelope – COPY NO.1” marked in the outer envelope which encloses also the sealed
inner envelopes marked “ COPY NO.1-ELIGIBILITY AND TECHNICAL COMPONENT” and
“COPY NO.1 TENDER AND FINANCIAL COMPONENT”
“3rd Envelope – COPY NO.2” marked in the outer envelope which encloses also the sealed
inner envelopes marked “ COPY NO.2-ELIGIBILITY AND TECHNICAL COMPONENT” and
“COPY NO.2 TENDER AND FINANCIAL COMPONENT”
Each duplicate copy of the 2nd envelope and 3rd
envelope shall be similarly signed sealed
and duly marked. All duplicate pages must have reflected the same signed/initialed and company
stamped by the Bidder ;
iii. The original and the number of copies of the Bid as indicated in ITB Clause 10 shall be typed or
written in indelible ink and shall be signed by the bidder or its duly authorized representative/s.
iv. All outer and inner envelopes shall:
1. contain the name of the project and contract to be bid in capital letters – Project Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION
Contract Package: CP-01: General Construction Works (Main Module), (should be marked on the upper left - back side of the outer and inner envelopes)
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 25 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
29. SEALING AND MARKING OF BIDS (continued)
2. bear the name and address of the Bidder in capital letters;
(should be marked on the lower left - back side of the outer and inner envelopes)
3. be addressed to the Procuring Entity or its representative identified in ITB Clause
10;
(should be marked on the middle - back side of the outer envelope only)
4. bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids,
in accordance with ITB Clause 10
(should be marked on the lower right - back side of the outer envelope only).
5. The markings identified in ITB Clause 29 i and ii should be marked on the upper right -
back side of the outer and inner envelopes
v. If bids are not sealed and marked as required, the Procuring Entity/Owner will assume no
responsibility for the misplacement or premature opening of the bid.
30. MODIFICATION AND WITHDRAWAL OF BIDS
30.1 The Bidder may modify its bid after it has been submitted; provided that the modification is
received by the Procuring Entity/Owner prior to the deadline prescribed for submission and
receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to
submit another bid equally sealed, properly identified, linked to its original bid marked as
“TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by
the BAC. Bid modifications received after the applicable deadline shall not be considered and
shall be returned to the Bidder unopened.
30.2 A Bidder may, through a letter of withdrawal, withdraw its bid after it has been submitted, for
valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring
Entity/Owner prior to the deadline prescribed for submission and receipt of bids.
30.3 Bids requested to be withdrawn in accordance with ITB Clause 0 shall be returned unopened to
the Bidders. A Bidder may also express its intention not to participate in the bidding through a
letter which should reach and be stamped by the BAC before the deadline for submission and
receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid,
directly or indirectly, for the same contract.
30.4 No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in
the interval between the deadline for submission of bids and the expiration of the period of bid
validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this
interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 27.5,
and the imposition of administrative, civil, and criminal sanctions as prescribed by RA 9184 and
its IRR.
31. OPENING AND PRELIMINARY EXAMINATION OF BIDS
31.1 The BAC shall open the first bid envelopes of Bidders in public to determine each Bidder’s
compliance with the documents prescribed in ITB Clause 10. For this purpose, the BAC shall
check the submitted documents of each bidder against a checklist of required documents to
ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder
submits the required document, it shall be rated “passed” for that particular requirement. In this
regard, bids that fail to include any requirement or are incomplete or patently insufficient shall
be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 26 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
31. OPENING AND PRELIMINARY EXAMINATION OF BIDS (continued)
31.2 Immediately after determining compliance with the requirements in the first envelope, the BAC
shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid
envelope was rated “passed”. The second envelope of each complying bidder shall be opened
within the same day. In case one or more of the requirements in the second envelope of a
particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid
price exceeds the ABC unless otherwise provided in ITB Clause 10, the BAC shall rate the bid
concerned as “failed”. Only bids that are determined to contain all the bid requirements for both
components shall be rated “passed” and shall immediately be considered for evaluation and
comparison.
31.3 Letters of withdrawal shall be read out and recorded during bid opening, and the envelope
containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the
withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall
be returned to the representative during the bid opening. If the representative is not in
attendance, the Bid shall be returned unopened by registered mail. The Bidder may withdraw its
bid prior to the deadline for the submission and receipt of bids, provided that the corresponding
letter of withdrawal contains a valid authorization requesting for such withdrawal, subject to
appropriate administrative sanctions.
31.4 If a Bidder has previously secured a certification from the Procuring Entity/Owner to the effect
that it has previously submitted the above-enumerated Class “A” Documents, the said
certification may be submitted in lieu of the requirements enumerated in ITB Clause 10.
31.5 In the case of an eligible foreign Bidder as described in ITB Clause 21, the Class “A”
Documents enumerated in ITB Clause 10 may be substituted with the appropriate equivalent
documents, if any, issued by the country of the foreign Bidder concerned.
31.6 Each partner of a joint venture agreement shall likewise submit the documents required in ITB
Clauses (a)(i). Submission of documents required under ITB Clause 10(10.2)(c)(c.2)(c.2.1)(a)(iii
to vi) by any of the joint venture partners constitutes compliance.
31.7 A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at
the time of bid opening, upon verbal notification within which to file a request for reconsideration
with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is
established that the finding of failure is due to the fault of the Bidder concerned: Provided,
further, that the BAC shall decide on the request for reconsideration within seven (7) calendar
days from receipt thereof. If a failed Bidder signifies his intent to file a request for
reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened
and/or duly sealed until such time that the request for reconsideration or protest has been
resolved.
32. PROCESS TO BE CONFIDENTIAL
32.1 Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are
prohibited from making or accepting any kind of communication with any bidder regarding the
evaluation of their bids until the issuance of the Notice of Award, unless in the case of ITB
Clause 11.
32.2 Any effort by a bidder to influence the Procuring Entity/Owner in the Procuring Entity’s/Owner’s
decision in respect of Bid evaluation, Bid comparison or contract award will result in the
rejection of the Bidder’s Bid.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 27 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
33. POST QUALIFICATION
33.1 The Procuring Entity/Owner shall determine to its satisfaction whether the Bidder that is
evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is
responsive to all the requirements and conditions specified in ITB Clauses 10 and 21.
33.2 Within a non-extendible period of three (3) calendar days from receipt by the Bidder of the
notice from the BAC that it submitted the LCB, the Bidder shall submit the following
documentary requirements:
(a) Tax clearance per Executive Order 398, Series of 2005;
(b) Latest income and business tax returns
(c) Certificate of PhilGEPS Registration; and
(d) Other appropriate licenses and permits required by law
Failure of the Bidder declared as LCB to duly submit the requirements under this Clause or a
finding against the veracity of such, shall be ground for forfeiture of the bid security and
disqualification of the Bidder for award.
33.3 The determination shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted pursuant to ITB Clause 10, as well as other information as the
Procuring Entity/Owner deems necessary and appropriate, using a non-discretionary “pass/fail”
criterion.
33.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for
post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and
recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its
submitted price or its calculated bid price, whichever is lower, subject to ITB Clause 12.3.
33.5 A negative determination shall result in rejection of the Bidder’s Bid, in which event the
Procuring Entity/Owner shall proceed to the next Lowest Calculated Bid to make a similar
determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder,
however, fails the post qualification, the procedure for post qualification shall be repeated for
the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated and
Responsive Bid is determined for contract award.
33.6 Within a period not exceeding seven (7) calendar days from the date of receipt of the
recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the
said recommendation. In the case of government owned and government-owned and/or
controlled corporations (GOCCs) and government financial institutions (GFIs), the period
provided herein shall be fifteen (15) calendar days.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 28 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
34. RESERVATION CLAUSE
34.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity/Owner
concerned reserves the right to review its qualifications at any stage of the procurement
process if it has reasonable grounds to believe that a misrepresentation has been made by the
said bidder, or that there has been a change in the Bidder’s capability to undertake the project
from the time it submitted its eligibility requirements. Should such review uncover any
misrepresentation made in the eligibility and bidding requirements, statements or documents, or
any changes in the situation of the Bidder which will affect its capability to undertake the project
so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity/Owner shall
consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from
obtaining an award or contract.
34.2 Based on the following grounds, the Procuring Entity/Owner reserves the right to reject any and
all Bids, declare a Failure of Bidding at any time prior to the contract award, or not to award the
contract, without thereby incurring any liability, and make no assurance that a contract shall be
entered into as a result of the bidding:
(a) if there is prima facie evidence of collusion between appropriate public officers or
employees of the Procuring Entity/Owner, or between the BAC and any of the bidders, or if
the collusion is between or among the bidders themselves, or between a bidder and a third
party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress
or nullify competition;
(b) if the Procuring Entity’s/Owner’s BAC is found to have failed in following the prescribed
bidding procedures; or
(c) for any justifiable and reasonable ground where the award of the contract will not redound
to the benefit of the Government as follows:
(i) If the physical and economic conditions have significantly changed so as to render the
project no longer economically, financially or technically feasible as determined by the
head of the procuring entity;
(ii) If the project is no longer necessary as determined by the head of the procuring entity;
and
(iii) If the source of funds for the project has been withheld or reduced through no fault of
the Procuring Entity/Owner.
34.3 In addition, the Procuring Entity/Owner may likewise declare a failure of bidding when:
(a) No bids are received;
(b) All prospective bidders are declared ineligible;
(c) All bids fail to comply with all the bid requirements or fail post-qualification; or
(d) The bidder with the Lowest Calculated Responsive Bid refuses, without justifiable
cause to accept the award of contract, and no award is made.
----------------------------------------------------------------------------------------------------------------------------------------------------------------
Instructions to Bidders Page 29 of 29
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
35. NOTICE TO PROCEED
35.1 Within three (3) calendar days from the date of approval of the Contract by the appropriate
government approving authority, the Procuring Entity/Owner shall issue its Notice to Proceed to
the Bidder.
35.2 The contract effectivity date shall be provided in the Notice to Proceed by the Procuring
Entity/Owner, which date shall not be later than seven (7) calendar days from the issuance of
the Notice to Proceed.
FORM OF BID Date: _____________________
To: Ms. Angelique M. Songco – Protected Area Superintendent
TUBBATAHA MANAGEMENT OFFICE – Procuring Entity/Owner
Address: Manalo Extension, Brgy. Milagrosa, Puerto Princesa City, 5300 Palawan
Project : Tubbataha Reefs Natural Park Ranger Station
We, the undersigned, declare that:
(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the
Contract CP-01: General Construction Works (Main Module);
(b) We offer to execute the Works for this Contract in accordance with the Bid Documents, General and
Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below is: [insert information];
The discounts offered and the methodology for their application are: [insert information];
(c) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid submission deadline in
accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted
at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain all the Bonds and Insurances for which are acceptable to
the Procuring Entity/Owner and as required by the Bid Documents and for the due performance of
the Contract;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from the following eligible countries: [insert information];
(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than
alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the
Contract, has not been declared ineligible by the Funding Source;
(h) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you
may receive.
Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date: ___________
MAIN CONSTRUCTION AGREEMENT
THIS AGREEMENT, made this ______ day of [month] 2015 between Tubbataha Management
Office (hereinafter called the “Procuring Entity/Owner”) and [name and address of Contractor]
(hereinafter called the “Contractor”).
WHEREAS, the Procuring Entity/Owner is desirous that the Contractor execute the Tubbataha
Reefs Natural Park Ranger Station as project name with contract package CP-01: General
Construction Works (Main Module) (hereinafter called “the Works”) and the Procuring Entity/Owner has
accepted the Bid for [insert the amount in specified currency in numbers and words] by the Contractor for
the execution and completion of such Works and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be attached, deemed to form, and be read and construed
as part of this Agreement, to wit:
(a) General and Special Conditions of Contract;
(b) Drawings/Plans;
(c) Specifications;
(d) Invitation to Apply for Eligibility and to Bid;
(e) Instructions to Bidders;
(f) Addenda and/or Supplemental/Bid Bulletins, if any;
(g) Bid form, including all the documents/statements contained in the Bidder’s
bidding envelopes, as annexes;
(h) Eligibility requirements, documents and/or statements;
(i) Performance Security;
(j) Credit line issued by a licensed bank, if any;
(k) Notice of Award of Contract and the Bidder’s conforme thereto;
(l) Other contract documents that may be required by existing laws and/or the
Entity.
3. In consideration of the payments to be made by the Procuring Entity/Owner to the
Contractor as hereinafter mentioned, the Contractor hereby covenants with the Procuring
Entity/Owner to execute and complete the Works and remedy any defects therein in
conformity with the provisions of this Contract in all respects.
4. The Procuring Entity/Owner hereby covenants to pay the Contractor in consideration of
the execution and completion of the Works and the remedying of defects wherein, the
Contract Price or such other sum as may become payable under the provisions of this
Contract at the times and in the manner prescribed by this Contract.
5. The Works completion shall be within one hundred twenty (120) days upon receipt of the
Notice to Proceed. The Contractor shall coordinate all site activities and follow the
Procuring Entity’s/Owner’s instructions to prevent interference that may adversely affect
the progress of the agreement.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
Signed, sealed, delivered by Ms. Angelique M. Songco the Tubbataha Management Office-Protected
Area Superintendent (for the Procuring Entity/Owner)
Signed, sealed, delivered by [Contractor’s Representative] the Authorized Representative (for the
Contractor).
Binding Signature of PROCURING ENTITY/OWNER Binding Signature of Contractor
___________________________________ __________________________________
Ms. Angelique M. Songco [Contractor’s Representative]
WITNESS
___________________________________ __________________________________
CERTIFIED AS TO FUND AVAILABILITY
___________________________________
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
PUERTO PRINCESA CITY ) SS.
BEFORE ME, this ____ day of _________________, 2015 in ____________________________
personally appeared:
Name CTC / ID No. Issued at Issued On
ANGELIQUE M. SONGCO
[Contractor’s Representative]
all known to me and to me known to be the same persons who executed the foregoing instrument,
consisting of 3 pages, including this page on which the acknowledgement is written, and acknowledged to
me that the same is free and voluntary act and deed and of the entities they represent.
WITNESS MY HAND AND SEAL, at the date and place written above.
NOTARY PUBLIC
Doc No. __________
Page No. _________
Book No. _________
Series of 2015.
__________________________________________________________________________________________________________
General Conditions of Contract Page 1 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
GGEENNEERRAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT for Building and Engineering Works designed by the procuring Entity/Owner and Executed in
The Republic of the Philippines
TABLE OF CONTENTS
CLAUSE PAGE NO. Definitions 3
1 General Conditions 5
1.1 Intent of Contract
5
1.2 Contract Documents
6
1.3 Law, Language and Unit System
6
1.4 Authorized Representative and Communication
6
1.5 Singular and Plural
6
1.6 Clause References
6
1.7 Non-Enforceability
6
1.8 Headings
7
1.9 Timely Manner
7
1.10 Public Relations 7
2 Commencement and Progress of the Works 7
2.1 Procuring Entity/Owner’s Obligations
7
2.2 Opening a Letter of Credit
7
2.3 Contractor’s Risk, Submittals, Obligations and Responsibilities
10
2.4 Insurances
10
2.5 Bonds and Guarantees
10
2.6 Provision of Payment by the Contractor
11
2.7 Government and Municipality Notices
11
2.8 Commencement of the Works and Possession of Site
11
2.9 Materials and Workmanship
13
2.10 Contractor’s Employees 15
__________________________________________________________________________________________________________
General Conditions of Contract Page 2 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.11 Antiques
17
2.12 Explosives and Firearms
17
2.13 Procuring Entity/Owner’s Right to Take-Over the Works 17
3 Nominated Sub-contractors/ Suppliers 17
4 Procuring Entity’s/Owner’s Contractor’s/ Sub-contractors/ Specialist
Contractors/ Suppliers 20
5 Contract Sum 21
6 Variations, Instructions and Orders 21
7 Evaluation of Variations 22
8 Interim Valuations and Payments 23
9 Liquidated Damages 24
10 Extension of Time 24
11 Loss and Expense Caused by Delay 26
12 Force Majeure 27
13 Practical Completion and Partial Possession 28
14 Final Account 29
15 Completion of Defects Liability Period 30
16 Release of Retention 30
17 Termination of Contract – General 31
18 Termination of Contract by Procuring Entity/Owner 31
19 Termination of Contract by Contractor 33
20 Settlements of Disputes 34
__________________________________________________________________________________________________________
General Conditions of Contract Page 3 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
DEFINITIONS
Within the Contract/ Contract Documents (as hereinafter defined) the following words and expressions shall
have the meanings hereby assigned to them except where the context otherwise requires:
Beneficial Occupancy means such occupancy as is not unduly affected by rectification works for the
practical use intended by the occupant
Bid means the Contractor’s price for the Works including the remedying of any defects all in accordance
with the Contract.
Bills of Quantities means the priced and completed bills of quantities contained within the Contract
Documents.
Certificate of Acceptance means the Certificate signed by the Procuring Entity’s Representative/Project
Manager upon the satisfactory completion of the Defects Liability Period for the Works pursuant to Clause
15.d).
Certificate of Practical Completion means the certificate signed by the Procuring Entity’s
Representative/Project Manager upon completion of the Works pursuant to Clauses 13.a), b), c) and d).
Construction Drawings means the drawings issued by the Procuring Entity’s Representative/Project
Manager and marked ‘For Construction’ to be used as the basis by the Contractor in the execution of the
Works.
Contract Award means the Letter of Intent, Notice of Award, Notice to Proceed or any similar document
advising the Contractor that his bid is acceptable.
Contract/ Contract Documents means the Special Conditions of Contract (if any), these General
Conditions, the Technical Specifications, the Contract Drawings, the Bill of Preliminaries/General
Requirements, the Bills of Quantities/Materials, the Bid, the Contract Award, the Form of Contract and such
further documents as may be expressly incorporated in the Contract.
Contract Drawings means the drawings, calculations and technical information of a similar intent which
form part of the Contract.
Contractor means the party so named in the Contract, including their domestic sub-contractors together
with all persons employed by the same in connection with the Works.
Contract Period means the period of time stated in Appendix A, or as adjusted in accordance with the
Contract, within which the Contractor must complete the entire Works included in the Contract.
Contractor’s Equipment means all machinery, tools, etc. required for the execution and completion of the
Works including the remedying of defects however excluding such things which will form part of the
permanent Works.
Contract Price means the Contract Sum adjusted by variations, Loss and Expense claims and any other
sums duly authorized by the Procuring Entity’s Representative/Project Manager and/or the Procuring
Entity/Owner.
Contract Sum means the sum stated in the Contract for the completed Works including the remedying of
any defects all in accordance with the Contract Documents.
Cost means proper expenditure whether on or off the Site including overheads except where the contrary is
expressly stated. No allowance for Profit is allowable.
__________________________________________________________________________________________________________
General Conditions of Contract Page 4 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
DEFINITIONS (continued)
Day means a calendar day. All references to days are deemed to include holidays, Saturdays, Sundays and
any days of typhoon or inclement weather unless stated otherwise.
Defects Liability Period means the period stated in Appendix A which commences upon the issuance of
the Certificate of Practical Completion.
Duties, Responsibilities’ and Authorities refers to the Procuring Entity/Owner’s Representatives’ who
have the authority to perform their obligations, duties and responsibilities impartially as specified in the
Contract. Similarly the appointment of any assistants by them is also authorized.
Force Majeure means any act of nature like earthquakes, lightning, war hostilities (whether declared or
not), invasion, acts of public enemies, rebellion, revolution, insurrection, riots, strikes, epidemics, and
quarantine.
Interpretation refers to words importing persons or parties include any corporation, firm and organization
having legal capacity to contract.
Nominated Sub-contractor/ Supplier means a sub-contractor/ supplier selected on behalf of the
Procuring Entity/Owner but employed by and under the control of the Contractor for the purpose of having
such sub-contractor/ supplier undertake a specific portion or supply element of the Works.
Procuring Entity /Owner means the party for which the Works are being executed.
Procuring Entity / Owner’s Representative means any person or entity appointed by the Procuring
Entity/Owner to manage and administer the Works. This includes but not limited to the Procuring Entity’s
Representative/Project Manager, Architect, Quantity Surveyor and Engineers.
Procuring Entity/Owner’s Contractors/ Sub-contractors/ Specialist Contractors/ Suppliers means a
party engaged by the Procuring Entity/Owner to perform such work or supply materials that do not form part
of the Works but are connected with the Project or the Works.
Plant means machinery, equipment, apparatus and the like incorporated or intended for incorporation into
the Works.
Prime Cost Sum means a sum included in the Contract for works that are known but the value thereof
cannot be accurately ascertained
Project means the entire works on the Site for which this Contract forms part thereof.
Provisional Sum means a sum included in the Contract for works that cannot be fully determined or as a
contingency.
Section means a part of the Works identified in the Contract as such.
Site means the place or area where the Works will be executed.
Specification means the technical specification of the Works included within the Contract and any
modification thereof or addition thereto made under these General Conditions.
Valuation means the Contractor’s application/request for payment for works executed, unfixed materials on
Site together with a proportion of preliminaries properly expended.
__________________________________________________________________________________________________________
General Conditions of Contract Page 5 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
DEFINITIONS (continued)
Works means the building, structure or any other form of permanent improvement or facility resulting from
the execution and completion of the construction activities by the Contractor pursuant to the Contract,
including temporary works, improvements or facilities required for the execution and the maintenance of the
building, structure or permanent improvement to be constructed or installed pursuant to the Contract.
Writing means any hand-written, typed or printed communication, including telex, telegram, facsimile and
email and delivered, sent by mail or courier or transmitted as further defined relevant and stated as
applicable to each clause of the Contract.
1. GENERAL CONDITIONS
1.1 INTENT OF CONTRACT
The intent and spirit of the Contract is to provide for all the Works, as specified and shown and to be
executed professionally with all due diligence and responsibility and to be executed between the Date for
Commencement as defined within Clause 2.8 and completed on or before the Date for Completion as
stated within Appendix A.
The Contractor shall execute the Works faithfully and strictly in accordance with every detail for which it is
specifically designed and agrees to furnish everything reasonably and indispensably necessary for the
same to ensure its timely completion and to leave the Works to the entire satisfaction of the Procuring
Entity’s Representative/Project Manager and the Procuring Entity/Owner in accordance with the Contract.
All matters, which may have been omitted from the Contract but may reasonably be inferred to be
obviously necessary for the efficient execution, completion and operation of the Works, shall be deemed
to have been included in the Contract Sum.
If the Contractor is in any doubt as to the exact meaning and intent of any part of the Contract, or finds
any discrepancy in or divergence between the same, he shall immediately inform the Procuring Entity’s
Representative/Project Manager in writing, who will issue instruction relative to the query. The Contractor
shall be held responsible for any error and/or loss he may make as a consequence of failing to obtain
such meaning or intent, or not informing the Procuring Entity’s Representative/Project Manager of any
discrepancy or divergence. The Contractor shall not take advantage of any apparent error, omission,
discrepancy or divergence in, from or between the Contract Documents.
1.2 CONTRACT DOCUMENTS
Subject to Clause 1 of the Form of Contract, all parts of the Contract, shall be of equal weight and shall be
taken as mutually explanatory of one another.
Four (4) sets of the Contract shall be signed by the parties to the Contract, three (3) furnished to the
Procuring Entity/Owner, and one (1) to the Contractor for safekeeping.
Upon commencement of the Works, the Procuring Entity’s Representative/Project Manager may issue, if
deemed necessary, additional drawings, sketches or details, which may be reasonably necessary to
explain or amplify the Contract Drawings or the Works.
The Contract Documents shall not be used by any party for any purpose other than this Contract.
The Contract Documents shall supersede and supplant all other prior communications, promises,
covenants, and undertakings of whatever nature, on the same subject matter, which have not been
incorporated into the Contract.
No amendments or change in any of the provisions of the Contract shall bind either party unless agreed to
in writing by their duly authorized representatives.
__________________________________________________________________________________________________________
General Conditions of Contract Page 6 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
1.3 LAW, LANGUAGE AND UNIT SYSTEM
The Law of the Republic of the Philippines shall apply to the Contract as a whole.
All drawings, designs, specifications, manuals, name plates, markings, instructions, statements,
schedules, programs, notices, documents and all communications concerning the Works shall be in the
English Language.
The metric systems of weights and measures shall be used unless otherwise specified or required in
writing by the Procuring Entity’s Representative/Project Manager.
1.4 AUTHORIZED REPRESENTATIVES AND COMMUNICATIONS
The Procuring Entity’s Representative/Project Manager shall be duly authorized to act on behalf of the Procuring Entity/Owner with respect to the execution and supervision of the Works and the Project as a
whole. The Procuring Entity’s Representative/Project Manager shall also be entitled to appoint
representatives to exercise on his behalf the duties and powers authorized under the Contract. Such
appointment shall be notified in writing to the Contractor.
The representative of the Contractor shall be duly authorized to act on behalf and in respect to any or all
matters relating to the execution of the Works. The Contractor immediately upon Contract Award shall
appoint this representative and request the Procuring Entity’s Representative/Project Manager for
approval thereof.
Unless otherwise required by the Procuring Entity’s Representative/Project Manager, all notices
concerning the Works shall be in writing and sent by fax, telegraph, telex or given either by personal
delivery or by registered mail.
1.5 SINGULAR AND PLURAL
Words’ importing the singular also includes the plural and vice-versa where the context requires.
1.6 CLAUSE REFERENCES
All references herein to clauses are those numbered in these General Conditions of Contract and not to
those in any other documents unless otherwise stated.
1.7 NON-ENFORCEABILITY
Non-enforceability of any provision of the Contract Documents shall not affect the enforceability of any
other provision therein, unless the latter is indispensably or inextricably related to the invalid provision.
The said non-enforceability shall be corrected by written agreement of the parties hereto.
The waiver of any breach, or failure to enforce any of the conditions or other provisions of this Contract at
any time shall not in any way limit or waive the Procuring Entity/Owner’s right thereafter to enforce strict
compliance with every condition or provision hereof.
1.8 HEADINGS
The use of headings and subheadings in these General Conditions of Contract shall not be used for
interpreting the construction of the Contract in any way, or limit, modify or increase the responsibilities,
obligations, rights and benefits of the parties or their representatives under the Contract.
__________________________________________________________________________________________________________
General Conditions of Contract Page 7 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
1.9 TIMELY MANNER
All information and/or action required by the Contract including the issue of any notice, consent, approval,
certificate or determination shall be acted upon in such timely manner and shall not be unreasonably
withheld or delayed.
1.10 PUBLIC RELATIONS
The Contractor agrees that all public relations matters arising out of or in connection with the Procuring
Entity/Owner, the Project and/or the Works shall be the sole responsibility of the Procuring Entity/Owner.
The Contractor shall obtain the Procuring Entity’s/Owner’s written approval of any publication,
announcement or other type of communication concerning the Procuring Entity/Owner, the Project and/or
the Works prior to release. 2. COMMENCEMENT AND PROGRESS OF THE WORKS
2.1 PROCURING ENTITY/OWNER’S OBLIGATIONS
a) The Procuring Entity/Owner shall provide the Contractor with two (2) sets of detailed Construction
Drawings and Specifications, one (1) copy of which, together with all subsequent drawings and
documents shall always be kept in the site for use by the Project Director or Procuring Entity’s
Representative/Project Manager. All documents shall be returned, if requested to the Procuring
Entity/Owner or its representative upon the issue of the Certificate of Acceptance.
The Contractor shall pay for any additional sets of construction drawings and specifications.
b) All information and/or action required by the Contractor or any responsible party involved in the
Works, which can be provided and undertaken by the Procuring Entity/Owner, shall be acted upon by
the Procuring Entity/Owner in such timely manner so as not to delay the progress of the Works,
provided that a written request for such information or action has been made within a reasonably
sufficient time prior to the Works they will effect.
2.2 OPENING A LETTER OF CREDIT
Subject to agreement between the Procuring Entity/Owner and the Contractor, the Procuring Entity/Owner
shall have the option to open a Letter of Credit in favor of a foreign supplier or manufacturer of the
Contractor/ Supplier to cover the importation of materials or plant required for the performance of the
Contract Package awarded to the Contractor or a Nominated Sub-contractor/ Supplier. All costs of such
opening shall be deducted from monies due, or which shall become due, to the Contractor.
2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES
a) The Contractor shall have inspected and examined the Site and its surroundings and to have satisfied
himself before submitting his bid as to the nature of the ground and sub-soil (so far as is practicable
and having taken into account any information in connection therewith which may have been provided
by or on behalf of the Procuring Entity/Owner) the form and nature of the Site, local socio-political
conditions, national and local government actions and requirements on the Site, the extent and nature
of the Works, and materials necessary for the completion of the Works, the means of communication
with, and access to the Site, the accommodation he may require, and in general to have obtained for
himself all necessary information (subject as above-mentioned) as to risks, contingencies and all
other circumstances influencing or affecting his Bid.
b) Any information given in relation to the Site and existing utilities, whether contained in the Bills of
Quantities/ Bills of Materials or Specifications or shown on Contract drawings, or otherwise is given in
good faith, but no guarantee is given as to its accuracy. If the information is inadequate or incorrect,
or incomplete, the Contractor shall not be entitled to any adjustment of the Contract Sum or any
extension of time on the grounds that the information given is inadequate, incorrect, or incomplete.
__________________________________________________________________________________________________________
General Conditions of Contract Page 8 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES (continued)
c) The Contractor shall take upon himself the whole risk of executing the Works in compliance with the
provisions of the Contract, and all the materials provided for the purpose of the Contract and all the
Work executed by him under the Contract, including Construction Equipment shall be at his own risk
until Practical Completion of all portions of the Works, subject to any other provisions of the Contract.
d) If at any time prior to the issue of the Certificate of Acceptance and by reason of any accident, failure
or any other event in the Procuring Entity’s Representative/Project Manager’s opinion requires urgent
repair or remedial work and the Contractor is unable or unwilling to perform such work then the
Procuring Entity’s Representative/Project Manager shall be entitled to employ other persons to
complete the same. Should the Procuring Entity’s Representative/Project Manager also determine
that the work was the liability of the Contractor then the amount for such work shall be deducted from
any monies due to or become due to the Contractor.
e) The Contractor shall be deemed to have satisfied himself before submitting his bid as to the
correctness and sufficiency of the rates and prices stated by him in the Bill of Preliminaries / general
Requirements and Bills of Quantities / Bills of Materials which shall (except in so far as it is otherwise
provided in the Contract) cover all his obligations under the Contract.
f) The Contractor shall, within seven (7) days of Contract Award, submit for approval of the Procuring
Entity’s Representative/Project Manager a fully detailed Master Construction Program, in PERT/CPM
form, showing each and every activity and their interdependency on each other. It shall also show any
off-site work, which will be carried out. The Contractor shall update the program monthly or as
required by the Procuring Entity’s Representative/Project Manager.
g) In addition to the Works specified in the Contract, the Contractor shall design (where there is such
requirement included in the Contract) perform, undertake and submit the following:
i) The timely, proper preparation and submission of six (6) copies of detailed composite utility
drawings and shop drawings based on the latest Construction Drawings and Specifications and
any other drawings necessary for the complete execution of the Works;
ii) The securing, at his own expense, of all necessary permits and licenses that are required for the
execution and completion of the Works and shall submit to the Procuring Entity/Owner, through
the Procuring Entity’s Representative/Project Manager, the original and three (3) copies of the
same including the Occupancy Permit. If the Occupancy Permit has not been obtained as of the
date of final payment then the cost incurred or to be incurred in obtaining the same shall be
deducted from any amounts due or to become due to the Contractor;
iii) Attend all project meetings that will be required by the Construction and Project Managers and
as specified below:
a) Within twenty-one (21) days of the Contract Award the Procuring Entity’s
Representative/Project Manager shall convene a meeting of all parties involved in the Project.
The meeting will be the forum for the Contractor to advise the Procuring Entity/Owner and its
representative as to his general plan for the carrying out of the Works, and to meet and be
acquainted with the personnel involved and their respective duties. The Minutes of said
Meeting shall be distributed to all attendees by the Procuring Entity’s Representative/Project
Manager.
__________________________________________________________________________________________________________
General Conditions of Contract Page 9 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.3 CONTRACTOR’S RISK, SUBMITTALS, OBLIGATIONS AND RESPONSIBILITIES (continued)
b) Every week the Procuring Entity’s Representative/Project Manager shall convene a meeting
on site and in attendance shall be the Contractor’s senior personnel, the Nominated Sub-
contractors/ Suppliers, the Project Manager, Construction Manager and the Quantity
Surveyor. The Procuring Entity/Owner reserves the right to attend at his option. The purpose
of this meeting is to discuss the progress of the Works and the resolution of any problems
hindering the progress. Other matters shall be taken up as required. The minutes of this
meeting shall be distributed by the Procuring Entity’s Representative/Project Manager as
soon as possible after the meeting date but not later than two (2) days prior to the next
meeting. The minutes of this meeting shall be deemed true and accurate if not objected to in
writing within seven (7) days from receipt thereof by Contractor.
iv) Monthly Progress Reports (five (5) copies), including the following:
- The true progress of the Works
- Particulars of deviations from the approved Master Construction Program
- Circumstances adversely affecting work performance
- Particulars of remedial action taken or to be taken in respect of the circumstances
adversely affecting the Works
- Imported Materials (logistics and shipping), (if any)
- Expected delivery dates of imported materials in the next three (3) months
- Requests for Information (RFI) Summary/ Status
- Submittals Summary/ Status
- Instructions/ Variation Orders Summary
- Updates on Nominated Sub-contractors/ Suppliers
- Copy of the Master Construction Program with proposed schedule which highlights
changes for the Procuring Entity’s Representative/Project Manager’s approval
- Progress for the month in terms of percentage complete
- Register of Staff and labour including grades employed on and off Site
- Off-Site Works
- Schedule of construction equipment on site
- Key decisions required from the Procuring Entity’s Representative/Project
Manager and/or consultants
- Major milestones/ events for the next month
- Contractor’s claims made
- Requests for Extension of Time, if any
- Notice of any intended contractual claims.
- A narrative of the previous month’s events
- Photographs (colored)
h) The Contractor shall provide a sufficient number of Time Recording machines including insert cards
for all personnel for which the Contractor is responsible including those personnel employed either as
a Nominated and/or Domestic Sub-contractors for the entire duration of the Works including any
extended period as the Contract dictates.
__________________________________________________________________________________________________________
General Conditions of Contract Page 10 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.4 INSURANCES
Without limiting his obligations and responsibilities under the Contract, the Contractor shall effect and
maintain the following insurances;
i) Contractor’s All Risk Insurance : The Contractor shall submit and deliver this policy in an amount
equivalent to the Contract Sum for the purpose of insuring against loss and damage caused by fire,
storm, typhoon, tempest, lightning, floods, earthquake, aircraft or anything dropped there from, aerial
objects, riots and civil commotion for at least the full reinstatement value thereof of all work executed
and all unfixed materials and plant intended for, delivered to, and placed on or adjacent to the Works,
but excluding temporary building, plant, tools and equipment owned or hired by the Contractor or any
domestic sub-contractor, and shall keep such work, materials and plant insured until the Works are
completed and accepted by the Procuring Entity/Owner. The insurance coverage shall include Third
Party Liability coverage of at least Pesos: FIVE MILLION (PHP 5,000,000.00), single limit, for death,
bodily injury, sickness and disease and property damages. The Contractor shall present and deliver
these insurance policies to the Procuring Entity/Owner within ten (10) days of the Contract Award, and
the same shall remain in force until the Works are satisfactorily completed and accepted by the
Procuring Entity/Owner.
ii) Any other insurances required by law, be said law enacted prior to or after the Contract Award.
The Contractor shall be responsible for the payment of all premiums and for keeping all insurances
maintained. With the exception of the Third Party Liability Insurance, which shall be valid until the
Certificate of Acceptance is issued; all policies should be maintained until the issuance of the
Certificate of Practical Completion.
Should the Contractor fail to maintain the required insurances the Procuring Entity/Owner may insure
against those risks, which have not been insured by the Contractor. In this instance the Procuring
Entity/Owner may deduct from any monies due or to become due to the Contractor the cost of said
insurance.
All insurances shall be with insurers approved by the Procuring Entity/Owner and the premium receipts
and policies must be deposited with the Procuring Entity/Owner.
The Contractor shall ensure that the reinstatement of the works are to a quality satisfactory to the
Procuring Entity/Owner, and that amount insured covers all penalties set down by Government Authorities
as a result of any construction failure.
2.5 BONDS/SECURITIES AND GUARANTEES
a) The Contractor shall submit to the Procuring Entity/Owner an Advance Payment Bond in the amount
equal to the Advance Payment to guarantee the recoupment by the Procuring Entity/Owner of the
amount of the Advance Payment given to the Contractor. This will be in a format acceptable to the
Procuring Entity/Owner and from a reputable insurance/bonding company acceptable to the Procuring
Entity/Owner.
b) The Contractor shall obtain and pay for a Performance Bond in the form of a guarantee from a
reputable insurance/bonding company acceptable to the Procuring Entity/Owner, to jointly and
severally bind with the Contractor and the surety company to the Procuring Entity/Owner in the
amount specified in Appendix A, for the due, proper and faithful performance of the Contract. The
insurance/bonding firm and the Contractor shall be released from their obligations one (1) year after
the issuance of a Certificate of Practical Completion or the issuance of the Certificate of Acceptance
of the Works whichever is the latter and upon receipt from the Contractor a Statement confirming that
the amount stated therein represents the full and final sum due to the Contractor in respect of the
Contract.
__________________________________________________________________________________________________________
General Conditions of Contract Page 11 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.5 BONDS/SECURITIES AND GUARANTEES (continued)
c) The Procuring Entity/Owner shall afford the Contractor the advance payment, interest free, upon the
issue of the Contract Award or the signing of the Contract, provided that the Procuring Entity/Owner
has received all relevant insurances and a notarized copy of the Performance Bond which shall jointly
and severally bind the Contractor and the Surety to the Procuring Entity/Owner, Advance Payment
Bond, and insurance policies as required by this Contract, and as applicable an acceptable guarantee
issued by a reputable insurance/bonding firm acceptable to the Owner, where applicable in the total
amount of the relevant advance payment. Said guarantee shall remain in force until the advance
payment has been fully repaid. The costs of providing the bonds shall be borne by the Contractor.
The value of the Advance Payment and Bond is stated in Appendix A.
d) The advance payment will be made to assist the Contractor in mobilizing resources for this Contract,
and shall not be used for any other purpose, and if so used it should become repayable immediately.
e) Repayment of the advance payment shall commence with the first interim certificate, and be done
through prorated deductions from the value of interim certificates.
f) In the event of any default in the performance of the Works by the Contractor, whether such default
occurs by itself or in combination with the default of the Nominated Sub-contractors/ Suppliers, the
Procuring Entity/Owner shall have the right to seek satisfaction from the bonds submitted by the
Contractor.
2.6 PROVISION AND PAYMENT BY THE CONTRACTOR
Unless otherwise clearly and specifically provided in the Contract, the Contractor shall provide and pay for
all labor, materials, plant, tools, machinery, water, electricity, oil, fuel, utilities, transportation and all other
facilities and services, as well as any temporary offices, accommodation and other structures necessary
for proper execution and completion of the Works.
2.7 GOVERNMENT AND MUNICIPALITY NOTICES
a) The Contractor shall pay for any and all fees and charges imposed under any act, decree or
ordinance of the national and/or local government or their instrumentalities and agencies as well as
the rules and regulations of any company furnishing utilities in respect of the Works.
b) The Contractor shall comply with and give all notices required by any act, decree or ordinance issued
by the national and/or local government or their instrumentalities and agencies as well as the rules
and regulations of any company furnishing utilities which has jurisdiction over the Site or the Works,
or with whose systems the same are or will be connected.
c) The Contractor shall ensure timely orders; instructions and requests are issued to any government,
instrumentalities, agency or company providing services and/or utilities to or for the Works to ensure
that no delay occurs to the Completion Date. The Contractor will be held totally responsible for any
and all delays caused by or due to delays by any government, instrumentalities, agency or company
providing services and/or utilities.
2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE
The Contractor shall commence the Works on the date stipulated within Appendix A and/or within seven
(7) days of receipt from the Procuring Entity’s Representative/Project Manager of the Contract Award
whichever is the sooner.
The Contractor shall proceed with the Works expeditiously and without delay.
__________________________________________________________________________________________________________
General Conditions of Contract Page 12 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE (continued)
Contractor’s Equipment
The Contractor’s Equipment and the like when delivered to the Site shall be deemed to be for the purpose
of the execution of the Works and therefore shall not be removed from the Site without the prior approval
of the Procuring Entity’s Representative/Project Manager.
The Contractor together with Nominated Sub-contractors/Suppliers shall only bring to the Site hired
equipment, if any, where there is an agreement that in event of the Contractor and/or Nominated Sub-
contractors/ Suppliers default on the Contract the Procuring Entity/Owner and/or the Procuring entity’s
Representative/Project Manager may continue the hire on the same basis as the Contractor/ Nominated
Sub-contractor/ Supplier including rates and prices to ensure the execution and completion of the Works
together with the remedying of any defects. The Procuring Entity/Owner and/or its representative
undertake to pay all hire charges in respect thereof and these will be included as necessary for
completing the Works as the Contract demands to ascertain the amount for the Works as a whole. Any
additional amount for the completed Works which exceeds the sum payable to the Contractor as if he had
completed the same shall be deemed a debt by the Contractor and due to the Procuring Entity/Owner.
Setting Out The Contractor shall be responsible for accurately setting out the Works from drawings supplied by the
Procuring Entity’s Representative/Project Manager, to the lines and levels as directed, and shall at his
own expense correct any error arising from his own inaccuracy.
Access to the Site and the Works
The Contractor is responsible for the provision of access to the site including temporary rights of way and
the like together with any other means of access or any other facility required by him for the execution of
the Works and all costs, fees and charges shall be borne by him.
At all reasonable times the Procuring Entity/Owner and all those employed or authorized by him, including
but not limited to the Procuring Entity’s Representative/Project Manager, Architects, Quantity Surveyors,
Consultants, Sub-contractors/ Suppliers, Testing Agencies and their authorized staff shall have access to
the Works and any other areas (including those outside the Site) where the Contractor is performing work
in connection with the Contract. Obstruction Avoidance During the execution of the Works the Contractor shall keep the entire Site reasonably free from all
unnecessary obstructions and shall move or dispose of any/all obstructions, Contractor’s Equipment and
surplus materials.
Safety and the Environment In addition to the Contractor’s obligations to the Procuring Entity/Owner and all other parties in the
Contract or connected to or venturing on to the Works and/or the Site the Contractor shall ensure general
safety, security, cleanliness and sanitation until the Works are completed and accepted by the Procuring
Entity/Owner.
__________________________________________________________________________________________________________
General Conditions of Contract Page 13 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.8 COMMENCEMENT OF THE WORKS and POSSESION OF SITE (continued)
Contemporary Records For the duration of the Contract the Contractor and Nominated/ Sub- contractor/ Suppliers shall keep
contemporary records in sufficient details as necessary to support any entitlement to which the Contractor
and/or Nominated Sub-contractor/ Suppliers considers themselves entitled to. These records shall be
preserved and available at any reasonable time for audit including the right to photocopy or reproduce any
or all documents in respect of the Contract and the Works.
Procuring Entity’s Representative / Project Manager’s Approval
The approval by the Procuring Entity’s Representative/Project Manager of any Design, Drawing, Program, Material submission or any other approvals shall not relieve the Contractor of any duties or responsibilities
under the Contract. The issue of the Certificate of Acceptance is the only approval acknowledged as final acceptance.
Contractor’s Liability
The Contractor shall be liable for, and shall indemnify the Procuring Entity/Owner against, any expense,
liability, loss or claim or proceedings whatsoever in respect of personal injury or death of any person
whomsoever arising out of, or in the course of, or caused by the carrying out of the Works.
The Contractor shall be liable for, and shall indemnify the Procuring Entity/Owner against, any expense,
liability, loss claim or proceedings in respect of any harm or damage whatsoever to any property real or
personal including, but not limited to, the Works and all materials and goods for incorporation therein
insofar as such harm or damage arises out of, or in the course of, or by reason of the carrying out of the
Works
2.9 MATERIALS AND WORKMANSHIP
All materials and plant incorporated in the Works shall be new and unused, free from defects and of first-
class commercial quality. All works shall be performed and completed in a thorough and workmanlike
manner and shall follow internationally accepted standards to the best modern practice and proven
technology for the completion of the high grade required, notwithstanding any omission from the Contract
Documents.
Where a name of any proprietary article or any firm is included in the Specification and/or Bills of
Quantities/Materials, it is to be understood as ‘read only’ and an indication of the class or quality of
materials and workmanship required.
Quantities and Dimensions
The Contractor shall not order any materials based on the Bills of Quantities/Materials, but shall measure
his requirements from the Construction Drawings. Figured dimensions on Drawings shall be taken in all
cases.
Prior to ordering materials or commencing work, the Contractor shall check all measurements on Site and
any discrepancies shall be brought to the attention of the Procuring Entity’s Representative/Project
Manager for resolution.
Should the Contractor fail to comply with the foregoing, resulting in surplus materials, abortive and/or
remedial work, then the cost of such surplus material, abortive and/or remedial work shall be borne by the
Contractor.
__________________________________________________________________________________________________________
General Conditions of Contract Page 14 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.9 MATERIALS AND WORKMANSHIP (continued)
Patent Rights, Royalties and Indemnity
The Contract Sum shall be deemed to have included all amounts payable for intellectual property rights on
or in respect of the goods, materials and plant, used in the Works or any parts thereof; and the Contractor
shall indemnify and keep free and harmless exempt the Procuring Entity/Owner against all actions and
claims arising out of the use of and/or exercise of any invention or other intellectual property rights by
reason of purchase, possession or the use of such goods, materials and plant.
Samples
The Contractor shall submit two (2) samples, free of charge for all materials to be incorporated into the
Works, for the Procuring Entity’s Representative/Project Manager’s approval, prior to ordering the said
materials. However, the approval of same does not relieve the Contractor from his express obligation to
provide satisfactory materials. Materials found to be non-conforming to that specified or approved shall
be removed from Site immediately, and replaced with approved materials;
Testing
The Procuring Entity’s Representative/Project Manager may require materials, plant and workmanship to
be inspected and/or tested either at the place of production, fabrication, assembly or on Site. The
Contractor shall provide sufficiently qualified persons together with such equipment, instruments,
electricity and fuels to perform such tests to the satisfaction of the Procuring Entity’s
Representative/Project Manager. The costs of such tests are deemed to be included in the Contract Sum.
The Contractor and the Procuring Entity’s Representative/Project Manager shall agree on the
arrangements for any such tests. If the Project Manager or his representative, without notice does not
attend, the Contractor shall continue with the tests and issue the test certificates to the Procuring Entity’s
Representative/Project Manager within three (3) days of each test.
The Procuring Entity’s Representative/Project Manager may require tests to be repeated prior to the
issuance of the Certificate of Practical Completion. The results of such tests shall be compared with the
original test results by the Procuring Entity’s Representative/Project Manager and after consideration of
the Procuring Entity’s/Owner’s use, (if any); of the Works or part thereof so tested the Works shall be
accepted or rejected and remedial work and/or replacement instructed
The Contractor shall furnish the Procuring Entity’s Representative/Project Manager, with all test
certificates, warranties, guarantees and the like in respect of plant, materials, structures and workmanship
showing compliance with the standards required. These warranties and guaranties shall be handed over
to the Procuring Entity’s Representative/Project Manager, and be in favor of the Procuring Entity/Owner
upon Practical Completion of the Works.
__________________________________________________________________________________________________________
General Conditions of Contract Page 15 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.9 MATERIALS AND WORKMANSHIP (continued)
Rejection
If the Procuring Entity’s Representative/Project Manager rejects any material, plant or workmanship upon
inspection or testing then the Contractor shall within the shortest possible time take whatever remedial
action as is necessary to ensure that the same complies with the requirements of the Contract. The
Procuring Entity’s Representative/Project Manager may formulate charges for any repeated testing and
the same shall be deducted from the Contractor accordingly.
The Procuring Entity’s Representative/Project Manager is authorized to issue instructions for the removal,
replacement and/or re-erection of any part of the Works which in his opinion are not in accordance with
the Contract.
If the Contractor should fail to perform and complete such instruction in a timely manner then the
Procuring Entity’s Representative/Project Manager may employ another party and the total sum payable
for this work will be deducted from any monies due or to become due to the Contractor.
Work to be Concealed
The Contractor shall give the Procuring Entity’s Representative/Project Manager a minimum of two (2)
working days written notice, prior to covering up or concealing any work. Any work covered up or
concealed without such notice shall be opened up, reinstated and made good by the Contractor at his
own expense.
Subletting
The Contractor shall not sublet the whole or any part of the Works, without the prior written consent of the
Procuring Entity’s Representative/Project Manager. Such consent, if given, shall not relieve the
Contractor of his duties under the Contract and he shall be responsible for acts, defaults and neglects of
any Domestic Sub-contractor as fully as if they were the acts, defaults or neglects of the Contractor.
No contractual relationship shall exist between the Procuring Entity/Owner and the Domestic Sub-
contractor of the Contractor as a result of the above sub-contract. Should a Domestic Sub-contractor
given prior approval, prove to be unsuitable for performance of his portion of the Contract, the Procuring
Entity’s Representative/Project Manager may direct the replacement of the said Sub-contractor, and the
Contractor shall immediately comply with such direction
2.10 CONTRACTOR’S EMPLOYEES
a) All employees of the Contractor assigned to the execution of the Works shall, at all times, be
identified and considered as his employees under his administrative control and complete
supervision, and shall at no time be considered as employees of the Procuring Entity/Owner or any of
the authorized representatives of the Procuring Entity/Owner.
b) The Contractor shall obtain and furnish necessary security clearance and other documents for his
employees performing the Works. None of such employees, whatsoever including senior staff, shall
be allowed to live on the Site or the Works.
c) The Contractor and his employees shall conform to all applicable laws, regulations, and ordinances,
and shall promptly correct any violations brought to his attention or observed.
__________________________________________________________________________________________________________
General Conditions of Contract Page 16 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.10 CONTRACTOR’S EMPLOYEES continued)
d) The Contractor shall be responsible for the professional and technical competence of his employees,
and shall select and employ only those persons who in his judgment are reliable and competent, and
who will comply with all laws and customs, and conform to a high standard of moral and ethical
conduct. The Contractor’s senior staff must be proficient in the English language, both in written and
oral communications.
e) Unless otherwise prohibited by the Procuring Entity/Owner or the appropriate governmental authority,
the Contractor may execute the Works at night or on Sundays or holidays and the Contractor shall
ensure sufficient numbers of employees are available at these times and/or days.
f) The Contractor agrees, upon written request from the Procuring Entity’s Representative/Project
Manager and after discussion with him, to terminate the employment of any of his employees
performing the Works, if the Procuring Entity’s Representative/Project Manager considers such
termination necessary to protect the interest of the Procuring Entity/Owner and the Works. The
Contractor shall bear all expenses brought about by such termination and shall provide a competent
person for replacement, at his own expense. The person so terminated shall not be re-employed on
the Site in any capacity.
g) The Contractor shall provide a Contractor’s Representative with over five (5) years post qualification
experience and competent in site management to oversee the Project on a full time basis together
with sufficient numbers of technical assistants, skilled, semi-skilled and un-skilled workers as
necessary for the proper and timely execution of the Works.
h) The Contractor shall observe the requirements of the Philippine Labor Code, Social Security,
PhilHealth and Pag-Ibig laws and any other law and/or regulation on employment or employee welfare
and benefits issued by the national or local government for the duration of the Contract and the
Contractor shall provide evidence of such compliance.
i) It shall be understood, however, that stoppage of the execution of the Works at night or on holidays or
Sundays shall not be a ground for any additional cost claim to the Procuring Entity/Owner or extension
of any date for the completion of the Works or portion thereof. The Contractor shall execute the
Works, using his best skill and attention. The Contractor shall be solely responsible for all installation
means, methods, techniques, sequences and procedures and for coordinating all portions of the
Work under the Contract, and should comply with performance, specifications, installation and
application procedures as called for by the product manufacturers.
j) The Contractor shall be solely responsible for, and liable to, his employees; and shall hold the
Procuring Entity/Owner, his representatives/consultants free and harmless against any claim or legal
action of whatsoever nature arising out of the employment of or his relationship with his employees.
k) Furthermore should any of the Contractor’s employees commit or attempt any act such as but not
limited to corruption, bribery, fraud, dishonesty, fraudulent concealment, deceit, theft, violence on or
off the Site the employee shall be removed from the Site and refused re-entry and the appropriate
authorities informed of the event.
l) No employer-employee relationship exists between the Procuring Entity/Owner and the Contractor’s
workers. The Contractor shall bear full responsibility for complying with the required labor laws with
respect to its employees working on the Contract. All provisions required by statutory laws for labor,
tax and others are to be strictly followed. The Procuring Entity/Owner reserves the right to require the
Contractor to show proof of compliance with such laws.
__________________________________________________________________________________________________________
General Conditions of Contract Page 17 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
2.11 ANTIQUES
Should the Contractor find, uncover, or excavate, any antiques, or other things of historical interest or of
financial worth, he shall not disturb the object, and use all care to preserve it, and immediately notify the
Procuring Entity’s Representative/Project Manager of said find, and request for directions. When such
find or discovery occurs, the object shall, either immediately or subsequently after proper excavation
either by others or under instructions, be handed over to the Procuring Entity/Owner.
2.12 EXPLOSIVES AND FIREARMS
a) The Contractor is informed that explosives shall not be allowed on the Site. Firearms are not allowed
on the Site, save for those carried by authorized security guards.
b) Any person in possession of either explosives and/or a firearm, other than those so authorized to do
so, shall be instantly dismissed, and shall not be allowed to enter the Site thereafter.
2.13 PROCURING ENTITY’S/OWNER’S RIGHT TO TAKE-OVER THE WORKS
a) If, at any time within the Contract Period the Contractor incurs a slippage of twenty one (21) days from
the progress indicated in his Master Construction Program, the Contractor is required to submit to the
Procuring Entity’s Representative/Project Manager within three (3) days a catch-up program, including
the required resources to enable the Contractor, to get over the delays or slippage incurred. The
intention of this clause is not to extend the Date for Completion or to accelerate the Works but to
enable the Contractor to perform and complete the balance of Works within the remaining Contract
Period.
b) Should the Contractor fail to perform in accordance with the catch-up program within seven (7) days
after the Contractor was required by the Procuring Entity’s Representative/Project Manager to comply
with the same, including the required resources to perform the same, to get over the delay/slippage
incurred, the Procuring Entity/Owner has the right to take the following courses of actions:
i) Take over certain portions of the Works as deemed necessary;
ii) Stop the Works by giving Notice to the Contractor and take over the remaining Works. The take-
over of the Works by the Procuring Entity/Owner may be performed either by employing another
contractor to complete the Works or employing in-house organizations to undertake and complete
the balance of the Works. Resources of the Contractor shall be under the disposition of the
Procuring Entity/Owner for use for the Works;
iii) Terminate the Contract in accordance with Clause 18.
c) All costs incurred by the Procuring Entity/Owner in undertaking any of the above courses of action
shall be deducted from the account of the Contractor.
3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS
a) The Procuring Entity’s Representative/Project Manager shall have the discretion to choose sub-
contractors/ suppliers to perform specific work or supply materials or plant for the Works, wherein: a
certain item of work or specific plant or materials are identified in the Contract Documents as to be
performed or supplied by a Nominated Sub-contractor/ Supplier, or where the work to be performed
by a particular sub-contractor or supplier cannot be sufficiently nor precisely described for pricing
purposes at the time of the bidding or negotiation, the Procuring Entity’s Representative/Project
Manager shall have the right to select a sub-contractor/ supplier to carry out work and/or supply plant
or materials so described.
__________________________________________________________________________________________________________
General Conditions of Contract Page 18 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)
b) In the event that the Procuring Entity’s Representative/Project Manager elects to designate certain
sub-contractors and/or suppliers to undertake specific items of work or to supply specific plant/
materials and the Contractor accepts and approves the nomination of these sub-contractors and/or
suppliers, the Contractor shall become fully responsible for the Nominated Sub-contractors/ Suppliers
and for any default or breach of contract on their part in the same way and to the same extent that the
Contractor is liable for his performance of the Works or those of his domestic sub-contractors. In all
cases, the Procuring Entity/Owner shall in no circumstance be liable to the Contractor for the default
of any Sub-contractor/ Supplier Nominated or otherwise. Without prejudice to the generality of the
foregoing, the Contractor shall be deemed to have accepted as its own responsibility under the
Contract Documents all the obligations expressed or implied, undertaken by Nominated Sub-
contractors/ Suppliers under their respective sub-contracts, including any obligations as to the design,
suitability, quality or performance of their work, materials or plant, or in regard to providing design
services and whether or not such obligations are expressly mentioned or repeated in the Contract
Documents. In particular, in cases where the Procuring Entity/Owner relies, and having regard to all
the circumstances may be reasonably expected by the Contractor to have relied upon the skill and
judgment of a Nominated Sub-contractor/ Supplier for the design or suitability of the latter’s work,
materials or plant, the Procuring Entity/Owner shall for the purposes of the Contract Documents be
deemed to have so relied upon the skill and judgment of the Contractor.
c) Upon the acceptance of the designation of the Nominated Sub-contractor/ Supplier by the
Contractor, the latter shall forthwith enter into a sub-contract/ supply contract with the Nominated Sub-
contractor/ Supplier in accordance with the terms (if any) agreed upon between the Procuring
Entity/Owner, Contractor and Nominated Sub-contractor/ Supplier, which shall include the following :
i) The Nominated Sub-contractor/ Supplier shall carry out and complete the sub-contract work/
supply in every respect to the reasonable satisfaction of the Contractor and the Procuring Entity’s
Representative/Project Manager.
ii) The Nominated Sub-contractor/ Supplier shall observe, perform and comply with all the provisions
of the Contract Documents as far as they relate and apply to the sub-contract work/ supply.
iii) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against the same
liabilities in respect of the sub-contract work/ supply which the Contractor is liable for under the
Contract Documents.
iv) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against claims arising
from any negligence, omission or fault of such Nominated Sub-contractor/ Supplier.
v) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against all loss and
expenses caused by delay, breach or failure to perform by the Nominated Sub-contractor/
Supplier.
vi) The work of the Nominated Sub-contractor/ Supplier shall be completed within the period required
by the Contractor, and any delay in the completion of the sub-contract work/ supply arising from
the negligence, fault or omission of the Nominated Sub-contractor/ Supplier shall result in
liquidated damages proportionate to the contract price of the sub-contract work. Payment of
liquidated damages by the Nominated Sub-contractor/ Supplier shall not prejudice the right of the
Contractor to claim for other damages caused by the Nominated Sub-contractor/ Supplier’s failure
to perform its work.
vii) The Nominated Sub-contractor/ Supplier shall submit the bonds and insurance required under the
relevant clauses of the Contract Documents and/ or the Nominated Sub-contract/ Supply
Documents.
__________________________________________________________________________________________________________
General Conditions of Contract Page 19 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)
viii) The Nominated Sub-contractor/ Supplier shall be responsible for securing, at his own expense, all
necessary permits that are required specifically for the execution and completion of the Sub-
contract Works/ Supply as described within Clause 2.7.
d) The Procuring Entity/Owner shall not require the Contractor to enter into a Nominated Sub-contract/
Supply contract with any sub-contractor against whom the Contractor has made a reasonable
objection except that the Contractor shall not object to any sub-contractor/ supplier identified in the
Bills of Quantities. The Contractor shall provide such information as the Procuring Entity’s
Representative/Project Manager may reasonably require in relation to any objection, which they make
under this sub-clause. The decision of the Procuring Entity’s Representative/Project Manager as to
whether any objection is reasonable shall be final and conclusive and not subject to Arbitration or
Litigation.
e) Once the Contractor has entered into a contract with a Nominated Sub-contractor/ Supplier it shall not
terminated or assigned without the agreement of the Procuring Entity’s Representative/Project
Manager. Where the Procuring Entity’s Representative/Project Manager has agreed to the termination
of the Nominated Sub-contract/ Supply Contract, the Procuring Entity’s Representative/Project
Manager shall as soon as reasonably practicable either nominate a replacement Nominated Sub-
contractor/ Supplier or direct the Contractor to complete the work or supply in question with their own
resources or by a sub-contractor of their own choice, approved by the Procuring Entity’s
Representative/Project Manager.
f) If a Nominated Sub-contract/ Supply Contract is terminated or assigned, the Procuring Entity/Owner
shall not be required to pay the Contractor any greater sums than would have been payable if
termination or assignment had not occurred.
g) The Contractor shall submit with each application, evidence that Nominated Sub-contractors/
Suppliers valuations included in the last Interim Certificate have been paid. The Procuring
Entity/Owner reserves the right to make direct payments to the Nominated Sub-contractors/ Suppliers
in the event the Contractor defaults on payment, or is late in paying or unreasonably withholds
monies. Such sums shall be recovered by the Procuring Entity/Owner from monies otherwise due to
the Contractor.
h) The Nominated Sub-contractor/ Supplier shall indemnify the Contractor against all loss and expenses
caused by delay, breach or failure to perform by the Nominated Sub-contractor/ Supplier. The
Contractor will not be reimbursed by the Procuring Entity/Owner due to any default, delay, breach or
failure to perform by the Nominated Sub-contractor/ Supplier.
i) If the Procuring Entity’s Representative/Project Manager wishes to secure final payment to any
Nominated Sub-contractor/ Supplier before final payment is due to the Contractor, and if such
Nominated Sub-contractor/ Supplier has satisfactorily indemnified the Contractor against any defect
or unsuitability subsequently appearing in their work, then the Procuring Entity’s
Representative/Project Manager may in an Interim Certificate to the Contractor include an amount to
cover such final payment, and upon payment by the Procuring Entity/Owner the Contractor shall pay
the full amount so certified to the Nominated Sub-contractor/ Supplier. Upon such final payment the
Limit of Retention under these Conditions shall be reduced proportionately to the value of the Works
so certified compared with the then Contract Price for the whole of the Works. The Procuring
Entity’s/Owner’s remedies in relation to defective works shall remain unaffected.
__________________________________________________________________________________________________________
General Conditions of Contract Page 20 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
3. NOMINATED SUB-CONTRACTORS/ SUPPLIERS (continued)
j) The Contractor shall provide supervision, coordination and provision of attendance together with the
following services or facilities, free of charge, and shall be fully responsible for the Works of the
Nominated Sub-contractors/ Suppliers, so as not to hinder the program of their Works and the
Contract as a whole;
i) space in the building under construction or on the Site to allow them to erect their own offices,
amenities and warehouses with provisions for adequate security for the Site;
ii) use of roads and working space on the Site for access to their respective work with due regard to
the nature of such work;
iii) use of such ladders or scaffolding as may have been provided or erected by the Contractor;
provided that, such use shall be at the convenience of the Contractor and subject to its prior
agreement; provided further that, the Contractor shall be under no obligation to retain such
ladders or scaffolding for a period longer than is necessary for its own use;
iv) use of mess rooms, latrines and all other facilities of the site, provided that the Nominated Sub-
contractor/ Supplier provides reasonable assistance in maintaining these facilities clean and tidy;
v) tapping points for power and water; provided that, the consumption of the same shall be paid for
by the Nominated Sub-contractor/ Supplier directly to the Contractor;
vi) facilities for unloading, hoisting and storing materials, returning packing materials and placing in
position of materials; provided that, if the load of the materials to be hoisted exceeds the lifting
capacity of the Contractor’s hoisting facilities, the Contractor will not be required to provide for
additional facilities specifically for such materials, and the Nominated Sub-contractor/ Supplier
may be required to either disassemble the materials or plant to be hoisted to reduce their load at
any one time or provide their own equipment to handle the load requirements of the materials to
be hoisted
vii) coordination with respect to provision for necessary facilities for cutting away, making good,
covering up and protecting their work for the entire duration of such work, including the necessary
removal and disposal off Site of rubbish and debris; and thorough cleaning of affected areas
within the Site up to the completion of the Works;
viii) removal of rubbish from the Works, provided that the Nominated Sub-contractor/ Supplier will
deposit all rubbish, crates, drums etc. at positions on each floor to be indicated by the Contractor;
and
ix) use of the personnel and material elevators for their works.
k) Nominated Sub-contractors/ Suppliers shall abide to the same regulations as established for Site
Safety and Obstruction Prevention (hereinafter referred to as the “House Rules”) provided by the
Contractor to ensure general safety, security, cleanliness and sanitation of the site during the
construction period up to its completion and acceptance by the Procuring Entity/Owner.
4. PROCURING ENTITY’S/OWNER’S CONTRACTORS/ SUB-CONTRACTORS/ SPECIALIST CONTRACTORS/ SUPPLIERS
The Procuring Entity/Owner reserves the right to directly employ other Contractors/ Sub-
Contractors/ Specialist Contractors/ Suppliers, artists, or tradesmen, to carry out work on the Site
but not forming part of this Contract and shall require them to abide by the “House Rules”. The
Contractor shall coordinate and afford such persons the full facilities of the Site and access to the
Works to the same extent as afforded to Nominated Sub-contractors and Suppliers described within
Sub-clauses j) i) to ix) inclusive above, free of charge so as not to hinder their progress or the
progress of the Project as a whole.
__________________________________________________________________________________________________________
General Conditions of Contract Page 21 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
5. CONTRACT SUM
a) Any error in quantity or omission of items from the Bills of Quantities/Materials shall not vitiate the
Contract and shall not entitle the Contractor to any adjustment in the Contract Sum, as he is deemed
to have satisfied himself as to the accuracy of the quantities at the bid stage. Any error in description
in the Bills of Quantities/Materials shall not vitiate the Contract, but shall be corrected to comply with
the drawn and specified quality. No adjustment in the Contract Sum or Completion date will be made
due to any error in rates, calculation or computations made by the Contractor.
b) The Contractor shall issue to the Procuring Entity’s Representative/Project Manager details regarding
the breakdown of any lump sum included within Contract within seven (7) days from the receipt of a
request to provide.
6. VARIATIONS, INSTRUCTIONS AND ORDERS
a) The quality and quantity of the Works included in the Contract Sum shall be deemed to be those,
which are set out in the Contract Drawings, Specifications and Bills of Quantities/Materials. Bills of
Quantities/Materials shall NOT be subject to final re-measurement by the Quantity Surveyor during
the actual execution of the Works nor upon its completion, except however when there exist
quantities or works marked as “Provisional Sums” or “Prime Cost Sums”.
b) The payment of the portion of the Contract Sum which is described in the Bills of Quantities/Materials
as Provisional Sums and/ or Prime Cost Sums shall be made to the Contractor provided the
Contractor has promptly notified and requested approval from the Procuring Entity’s
Representative/Project Manager in writing in regard to the expenditure of such sums, use of materials
and/ or execution of work so described in the Bills of Quantities/Materials. The Procuring Entity’s
Representative/Project Manager shall require the Contractor, within seven (7) days from receipt of
such request, to submit a detailed estimate including quotations, invoices, receipts and the like of the
value of work and time duration for which a Provisional Sum or Prime Cost Sum is included in the Bills
of Quantities/Materials.
c) All quantities or items marked “Provisional” will be subject to re-measurement. The re-measured
quantities or items at the rate specified in the Bills of Quantities/Materials shall be added to the
Contract Sum and the quantities or items marked “Provisional” are deducted for the purpose of
evaluating the Contract Price.
d) The term “Variation” shall mean alteration, or modification of the design, quality or quantity of the
Works as shown on the Contract Drawings including the sequence and timing thereof, and described
by or referred to in the Specifications; and includes the addition, omission or substitution of any work,
the alteration of the quality, kind or standard of any of the materials or goods to be used in the Works.
e) The Procuring Entity’s Representative/Project Manager may issue a Variation Price Request to the
Contractor requesting an estimate of the time and cost effect of the same. The Contractor shall
provide the necessary information within five (5) days (or sooner if deemed necessary by the
Procuring Entity’s Representative/Project Manager). The Procuring Entity’s Representative/Project
Manager may then issue to the Contractor a formal variation order stating the price to be paid and
time allowed to comply with the variation order; or the Procuring Entity’s Representative/Project
Manager may withdraw it.
f) The Procuring Entity’s Representative/Project Manager may issue an instruction at any time [even if
the Contractor is still executing the Works after the Date for Completion (or after any extended date)
and Practical Completion has not yet been achieved] and the Contractor is obliged to comply with
such instruction. Only the direct time effect of that specific instruction on Practical Completion will be
taken into account by the Procuring Entity’s Representative/Project Manager when calculating any
extension of time due to the Contractor. No variation shall vitiate or invalidate the Contract.
__________________________________________________________________________________________________________
General Conditions of Contract Page 22 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
6. VARIATIONS, INSTRUCTIONS AND ORDERS (continued)
g) Should the Contractor fail to comply with any instruction or order of the Procuring Entity’s
Representative/Project Manager, within seven (7) days from receipt hereof, then the Procuring
Entity/Owner may directly employ others to carry out the work contained in any instruction or order not
complied with; and the additional costs incurred by the Procuring Entity/Owner, in excess of what
should have been the cost had the Contractor carried out the extra work, shall be deducted from any
monies due or to become due to the Contractor.
h) All instructions and orders given by the Procuring Entity’s Representative/Project Manager shall be in
writing. The Contractor shall not carry out instructions given verbally, unless the circumstances are
such that failure to carry out such instruction would endanger life or limb.
i) The Procuring Entity’s Representative/Project Manager reserves the right to vary the Works by
addition or deduction and the Rates and/or Prices included in the Contract shall form the basis of the
evaluation of the same throughout the Contract Period or any extended period thereof. Where no
such rates are available then the provisions of Clause 7. (a) shall apply.
j) The Procuring Entity’s Representative/Project Manager reserves the right to delete any items or
materials from the Contractor’s scope of works after the Contract Award and/or during the
construction period and have it the same supplied by the Procuring Entity/Owner but still installed and
commissioned by the Contractor for the same rates included in the Bills of Quantities/Materials for
“labor” and its directly proportional amount in “others” if it is deemed advantageous to the Procuring
Entity/Owner.
k) The Contractor may request variation to the Works which may shorten the Contract Period, reduce
operating and maintenance costs, enhance efficiency or value of the Works or generally be of benefit
to the Procuring Entity/Owner and if such request is approved, then it shall be issued as a variation by
the Procuring Entity’s Representative/Project Manager. No other Variations to the Works will be
allowed.
l) When requesting a variation, the Contractor must state the reason for same together with the time
and price consequences. The request shall be submitted with due consideration of the sequence and
timing of the work including the issuance of any revised drawings and specifications.
m) If the request for the variation is received in good time and subsequently approved, then the Procuring
Entity’s Representative/Project Manager shall assess the time effect of the variation and the Quantity
Surveyor shall assess the cost effect. The Procuring entity’s Representative/Project Manager shall
communicate to the Contractor in writing the result of such assessments.
7. EVALUATION OF VARIATIONS
a) The unit rates in the Bills of Quantities/Materials shall be the basis of valuation of variations. Where
work is not of a similar character or not executed under similar conditions, the unit rates in the Bills of
Quantities/Materials shall be the basis of establishing the new rates for the Variation so far as may be
reasonable, failing which a fair valuation thereof shall be made by the Procuring Entity’s
Representative/Project Manager in consultation with the Quantity Surveyor.
b) Where the work to be effected under a Variation cannot properly be measured and valued in
accordance with the foregoing rules, the Contractor shall be allowed daywork rates at the rates
specified by the Contractor in the Bill of Preliminaries/General Requirements, or when no such rates
have been specified, at the actual cost to the Contractor plus a margin of 10%, which percentage
shall already include the use of ordinary machinery, tools and existing scaffolding, and for supervision,
overhead, profit, plus value added tax; provided that, day work sheets specifying the time daily spent
in executing the Variation, including the workmen’s names and profession of those employed and the
materials used, shall be delivered for verification to the Procuring entity’s Representative/Project
Manager not later than three (3) days after the execution of the Variation.
__________________________________________________________________________________________________________
General Conditions of Contract Page 23 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
7. EVALUATION OF VARIATIONS (continued)
c) Work on a daywork basis shall not be carried out without the express written permission of the
Procuring Entity’s Representative/Project Manager prior to the work being carried out. Failure of the
Contractor to comply with this clause shall mean non-payment of the work so carried out.
d) The Contractor shall submit to the Procuring Entity’s Representative/Project Manager a written
request to carry out work on a daywork basis at least three (3) days prior to the commencement of the
work. The Contractor must include in his request the estimated man-hours to be expended and the
approximate cost of materials, tools and consumables.
e) When extra work is approved for carrying out on a daywork basis, the Contractor shall submit daily,
during the course of execution of such work, to the Procuring Entity’s Representative/Project
Manager, his record of labor, materials and tools or equipment being used for the work. No payment
shall be made for days when the Procuring Entity’s Representative/Project Manager does not receive
records.
f) The value of all variations, when valued and agreed between the Quantity Surveyor, Procuring Entity’s
Representative/Project Manager and the Contractor, shall be included in interim valuations and the
Contract Sum or Price shall be adjusted accordingly. No addition or deduction in the Advance
Payment shall be made as a result of the evaluation of variations.
g) The value of variations shall not include any amount for direct or indirect loss and/or expense incurred
by the Contractor as a result of delay and/or disruption of the Works, nor shall the value include
fluctuations in prices of materials, labor, tools and/or consumables.
8. INTERIM VALUATIONS AND PAYMENT
a) At the beginning of each month, or as is otherwise agreed, the Contractor shall submit valuations to
the Procuring Entity’s Representative/Project Manager who shall forward the same, immediately, to
the Quantity Surveyor for appropriate evaluation.
b) The Quantity Surveyor shall check the Contractor’s valuations and recommend the resulting value
expeditiously that the Procuring Entity’s Representative/Project Manager can certify for payment the
Interim Certificates to the Procuring Entity/Owner within fifteen (15) days of receipt of them, subject to
the Contractor providing sufficient information as requested by the Quantity Surveyor. The fifteen (15)
days shall be counted from the receipt by the Quantity Surveyor of all information requested. Such
information shall not be vexatiously or unreasonably requested.
c) The value certified for payment in the Interim Certificate by the Procuring entity’s
Representative/Project Manager shall be paid to the Contractor by the Procuring Entity/Owner within
the Period of Honoring Certificates given in Appendix A, commencing from the date of issue of the
Interim Certificate.
d) Interim Valuations shall include the value of Work properly executed or accomplished, the value of
agreed variations to the extent that they have been completed, together with any approved loss and
expense claims.
e) The value of interim valuations shall be reduced by the percentage of retention stated in Appendix A,
and by the repayment of the Advance Payment and by any sums due to the Procuring Entity/Owner
from the Contractor by virtue of the provisions of this Contract. All payments to the Contractor shall be
net of legally mandated tax withholding.
f) The amount of retention retained by the Procuring Entity/Owner from Interim Certificates shall not
exceed the percentage or the maximum amount stated in Appendix A, and shall be held in the
account under the name of the Procuring Entity/Owner only, with any accrued interest to be allocated
to the Procuring Entity/Owner.
__________________________________________________________________________________________________________
General Conditions of Contract Page 24 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
8. INTERIM VALUATIONS AND PAYMENT (continued)
g) Payment for work, materials, or Plant in Interim Certificates shall not be construed as proof that the
same is acceptable to the Procuring Entity’s Representative/Project Manager or in accordance with
the Contract.
h) The Procuring Entity’s Representative/Project Manager may make any correction to any previous
Interim Certificate if any work or material so included, in his opinion is not to the standard required by
the contract. A reduction or omission for this occurrence can be made in any Interim Certificate.
i) All valuations shall be supported by an affidavit of the Contractor to the effect that all costs of labor,
materials, services, plant and supplies used in the accomplishment of the works claimed, have been
paid for by the Contractor. Any valuation not supported by this affidavit will not be recommended for
payment. A specimen form of an Affidavit of Lien is attached as Appendix “B”.
j) Materials on Site; for supply and install packages, interim valuations shall account for delivered and
installed materials only. Major materials delivered at site but yet to be installed can be included only
upon formal request of the Contractor and approval of the Procuring Entity/Owner, the value of which
shall be equivalent to the actual invoiced price of the items/ materials or the material content of the
items in the Bills of Quantities, whichever is lower.
These unfixed items and materials delivered at site shall be properly protected against damage or
deterioration. It is also understood that such unfixed items and materials shall not be removed except
for use upon the Works unless the Project Director has consented in writing to such removal, which
consent shall not be unreasonably withheld.
9. LIQUIDATED DAMAGES
a) If the Contractor fails to achieve Practical Completion of the Works within the Contract Period or any
authorized extended date, then he shall allow to the Procuring Entity/Owner the amount stated in
Appendix A as Liquidated Damages, for every day or part of a day he continues to execute the Works
after the Contract Period or any authorized extended date. The Procuring Entity/Owner shall deduct
such amount of Liquidated Damages, from any monies due or to become due to the Contractor up to
the limit as specified in Appendix A. The deduction of such damages shall not relieve the Contractor
from his obligations to complete the Works, or from any other obligation and/or liability under the
Contract. The Procuring Entity/Owner does not have to prove that he has actually incurred such
damages to be able to deduct same.
b) It is further agreed and understood that the right of the Procuring Entity/Owner to deduct Liquidated
Damages shall be without prejudice to its rights and remedies against the Contractor as provided for
under the Contract or to which the Procuring Entity/Owner may be entitled to under law or in equity.
To give full force and effect to the foregoing, the Contractor hereby, without necessity of any further
act and/or deed, authorizes the Procuring Entity/Owner to deduct any amount that may be due or may
become due to the Contractor in accordance with the Contract and/or to collect such amounts from
the Performance Bond and other bonds that have been submitted by the Contractor in accordance
with the Contract.
10. EXTENSION OF TIME
a) The Contractor shall at all times have the Bid and Master Construction Program on display in his site
office, and have it marked up to date, in addition to issuing updated programs. The Procuring Entity’s
Representative/Project Manager shall not consider any request for an extension of the Contract
Period unless the foregoing programs and reports are maintained and are current at the time when
the event which gives rise to the request took place.
__________________________________________________________________________________________________________
General Conditions of Contract Page 25 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. EXTENSION OF TIME (continued)
b) The Contractor shall carry out the Works strictly in accordance with his approved Construction
Program. If the Contractor is delayed in any area, which may affect Practical Completion of the
Works, then he shall notify the Procuring Entity’s Representative/Project Manager immediately giving
the reason for the delay and the actions he proposes to take to mitigate such delay.
c) In the event of a delay occurring which will prevent the Contractor from completing the Works or
meeting any agreed milestones within the Contract Period or any authorized extended period then the
Contractor shall, not later than twenty eight (28) days after the cause of the delay, provide all
supporting documentation substantiating such delay and extra time required. The Contractor must
also provide full details of the effect on the progress of the Works, the effect on the other trades or
activities, including the works of Nominated Sub-contractors/ Suppliers and the steps to be taken by
the Contractor to comply with his obligation to prevent or mitigate the delay. Any delay attributable to
the Contractor, shall not be considered for an extension of time, but shall be taken into account when
the Procuring Entity’s Representative/Project Manager is assessing an extension of time request.
d) If the Procuring Entity’s Representative/Project Manager considers that the completion of the Works
is likely to be, or has been delayed beyond the Date for Contract Completion stated in Appendix A or
beyond any extended time previously awarded, due to:
i) Force Majeure directly affecting the Site and the Works;
ii) issuance by the Procuring Entity’s Representative/Project Manager of instructions
authorizing a variation;
iii) the failure by the Contractor to receive in due time all the necessary instructions, drawings, details
or levels from the Procuring Entity’s Representative/Project Manager which were specifically
applied for in writing by the Contractor on a date which having regard to the then date of Practical
Completion was neither unreasonably distant from nor unreasonably close to the date on which it
was necessary for the Contractor to receive the same; provided that, the delay was not due to any
delay by the Contractor in providing information or working drawings;
iv) delay on the part of artists, tradesmen, or others engaged by the Procuring Entity/Owner in
executing work not forming part of the Works;
v) opening up for inspection of any work covered up or the testing of any work, materials or plant in
accordance with these Conditions, unless the inspection or test showed that the work, materials
or plant were not in accordance with the Contract, or was as a result of the Contractor covering up
work before giving notice for inspection;
vi) the hoisting of typhoon signal No. 3 or greater by the Philippine Geological and Astronomical
Administration (PAGASA);
vii) the compliance with the provisions of Clause 2.11 (Antiques);
viii) any delay or act of prevention on the part of the Procuring Entity/Owner;
then the Procuring Entity’s Representative/Project Manager shall assess the length of the delay
beyond the date or time aforesaid and award in writing a fair and reasonable extension of time for the
completion of the Works to which the Contractor’s notice relates, taking into account any prior, or
existing delay of the Contractor and basing the award on the effect of the delay on the critical path
indicated in the latest approved Master Construction Program.
e) The Contractor shall, at all times and in all circumstances use constant due diligence and efficiency to
prevent delay and shall, to the best of his ability mitigate any and all delays whether the same be
attributable to him or not.
__________________________________________________________________________________________________________
General Conditions of Contract Page 26 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
10. EXTENSION OF TIME (continued)
f) The Contractor shall submit with his notification under sub-clause (a) herein, the measures, means
and methods he proposes to adopt to mitigate delays.
g) The Contractor shall at all times foresee his requirements and must notify the Procuring Entity’s
Representative/Project Manager in due time when he requires drawings, details, instructions, or any
other matter necessary to complete the Works. No extension of time shall be considered if the
Contractor fails to observe this sub-clause.
h) The Procuring Entity’s Representative/Project Manager reserves the right to delay possession of the
Site or portion thereof or access thereto, or the postponement of any part of the Works, without
compensation to the Contractor except the express provisions for extension of time.
i) The Contractor’s compliance with the requirements of this clause is a condition precedent to its
entitlement to an extension of time.
j) It shall be understood that the Works are to be constructed and carried out in a manner so as not to
cause unnecessary nuisance, noise, dust, smoke or any other inconveniences to nearby building
occupants or residents and the contractor shall employ processes, methods, and equipment to
mitigate such disturbances. Stoppage or deferment of the Works in this regard shall not be a ground
for any additional cost claim to the Procuring Entity/Owner or extension of any date specified herein
for the completion of the Works or portion thereof.
11. LOSS AND EXPENSE CAUSED BY DELAY
a) If in the opinion of the Contractor, he suffers direct loss and/or expense arising from any of the
following;
i) issuance by the Procuring Entity’s Representative/Project Manager of instructions
authorizing a variation;
ii) the failure by the Contractor to receive in due time all the necessary instructions, drawings, details
or levels from the Procuring Entity’s Representative/Project Manager which were specifically
applied for in writing by the Contractor on a date which having regard to the then Date for
Completion was neither unreasonably distant from nor unreasonably close to the date on which it
was necessary for the Contractor to receive the same; provided that, the delay was not due to any
delay by the Contractor in providing information or working drawings;
iii) delay on the part of artists, tradesmen, or others engaged by the Procuring Entity/Owner in
executing work not forming part of the Works;
iv) opening up for inspection of any work covered up or the testing of any work, materials or plant in
accordance with these General Conditions, unless the inspection or test showed that the work,
materials or plant were not in accordance with the Contract or was as a result of the Contractor
covering up work before giving notice for inspection;
v) any delay or act of prevention on the part of the Procuring Entity/Owner.
He shall notify the Procuring Entity’s Representative/Project Manager of the same within fourteen (14)
days of such occurrence, and provide fully substantiated documentation within twenty eight (28) days
of notification to substantiate his direct loss and/or expense. No consideration of any claim under this
heading shall be entertained, if not received within the prescribed period.
__________________________________________________________________________________________________________
General Conditions of Contract Page 27 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
11. LOSS AND EXPENSE CAUSED BY DELAY (continued)
b) If the written application is made within the time specified, then the Procuring Entity’s
Representative/Project Manager shall ascertain the value of any direct loss and/or expense suffered
by the Contractor, and when such is valued and agreed, the value shall be included in interim
valuations and the Contract Sum or Price shall be adjusted accordingly. No addition to the Advance
Payment will be made as a result.
c) The provision of the timely submission of the notification of intention to claim and the fully detailed and
substantiated build-up of such loss and/or expense is a prerequisite for any claim being accepted for
consideration. Notification only of a future intention to submit a claim will not be accepted as
complying with the requirement of this clause. Furthermore, if the Contractor fails to comply then his
entitlement to payment thereof will be limited to such amount as the Procuring Entity’s
Representative/Project Manager considers verified by such substantiation.
d) Loss and expense shall not include; loss of opportunity costs, loss of profit or financing costs.
12. FORCE MAJEURE
a) The Contractor shall not be responsible or liable for any delay or failure in the fulfillment of this
Contract, directly or indirectly due to Force Majeure. The riots specified herein shall refer to public
riots and national strikes. Any local or company related riots or strikes shall not be considered as
Force Majeure and the Contractor shall therefore be responsible and liable for any delays or failure in
the fulfillment of this Contract thereby caused.
b) The Contractor shall report in writing to the Procuring Entity’s Representative/Project Manager within
five (5) days of the onset of Force Majeure stating the reason thereof and at the termination of such
Force Majeure.
c) In case of such Force Majeure, the Contract may be amended or terminated, wholly or partially, by
mutual written agreement of both parties, subject to the approval of the Procuring Entity’s
Representative/Project Manager.
d) In case of Force Majeure as described, the Contractor shall, after mutual agreement with the
Procuring Entity’s Representative/Project Manager, be entitled to suspend the execution of the Works
for such period as the Force Majeure will last. During this suspension period, the Contractor shall
protect and secure the Works. If such protection and securing of the Works are deemed
impracticable, the Contractor shall notify the Procuring Entity’s Representative/Project Manager in
writing of such fact, stating the reason, the Procuring Entity’s Representative/Project Manager shall
issue instructions accordingly which the Contractor shall comply with.
e) If such suspension exceeds twelve (12) months, either of the parties shall be entitled to terminate the
Contract with respect to the remaining work and shall give notice of termination by registered mail or
personal delivery to the other party.
f) In case of such termination, the Procuring Entity/Owner shall pay to the Contractor the cost of the
materials on Site and the cost of the Works executed prior to the date of termination less amounts
previous paid less any outstanding balance due from the Contractor for the Advance Payment and
any other sums which at the date of such determination were recoverable by the Procuring
Entity/Owner from the Contractor.
__________________________________________________________________________________________________________
General Conditions of Contract Page 28 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
12. FORCE MAJEURE (continued)
g) If the Works or any part thereof, suffers any damages due to Force Majeure, then the Procuring
Entity’s Representative/Project Manager shall issue instructions as to the disposal of debris, or
damaged work and the reinstatement or making good of work.
h) The Contractor shall carry out such instructions issued under sub-clause (g) hereof, regardless of any
notice of termination having been issued.
13. PRACTICAL COMPLETION AND PARTIAL POSSESSION
a) Practical Completion shall be deemed to have taken place on the date when, in the Procuring Entity’s
Representative/Project Manager’s opinion, such has taken place and subject to receipt of all permits,
licenses, draft operation and preventative maintenance manuals, warranties, test certificates,
insurances, bonds, guarantees and undertakings as required by Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j),
13.c), d) and e) respectively a certificate will be issued and the Defects Liability Period commences.
b) Practical Completion is attained when the Works are complete to the stage where the Procuring
Entity/Owner can have beneficial occupancy of the Works and where the rectification of any defects
found can be performed during the Defects Liability Period which shall not cause undue disturbance
to the occupants and subject to receipt of all permits, licenses, draft operation and preventative
maintenance manuals, warranties, test certificates, insurances, bonds, guarantees and undertakings
as required by Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j) and 13.c), d) and e) respectively a certificate will be
issued and the Defects Liability Period commences; provided, that “beneficial occupancy” shall mean
such occupancy as is not unduly affected by rectification works for the practical use intended by the
occupant.
c) In all cases prior to issuance of Certificate of Practical Completion the Contractor shall execute a
written undertaking to finish any and all outstanding work and the rectification of defects within thirty
(30) days of the start of the Defects Liability Period.
d) As a precedent to the issue of the Certificate of Practical Completion the Contractor shall submit for
approval six (6) months prior to the original completion date a first draft of the operation and
preventive maintenance manuals, supplier’s warranties, and spare parts list of machinery and plant
supplied and installed by the Contractor, and Nominated Sub-contractors/ Suppliers.
e) All operation and preventative maintenance manuals shall be similarly bound when finalized. The
Contractor shall arrange and pay for the teaching of the Procuring Entity’s/Owner’s staff as nominated
by him, in the operation and maintenance as required. Time, location and duration of teaching shall
be determined by the Procuring Entity’s Representative/Project Manager;
f) Upon the issue of a Certificate of Practical Completion the Contractor shall remove all Temporary
Works, Contractor’s Equipment, surplus materials and waste and leave the Site in a condition to the
satisfaction of the Procuring Entity’s Representative/Project Manager.
In the event that numerous Certificates of Practical Completion are issued the clearance as stated
above shall apply only to the part or section of the Works to which the Certificate of Practical
Completion relates.
The Contractor will be permitted to retain on site the necessary equipment, materials and any other
facility for the completion of any outstanding works and in fulfillment of his obligations in respect of the
Rectification of Defects. However, upon completion of the same all retained equipment, materials and
facilities shall be removed and leave the Site in a condition to the satisfaction of the Procuring Entity’s
Representative/Project Manager.
__________________________________________________________________________________________________________
General Conditions of Contract Page 29 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
13. PRACTICAL COMPLETION AND PARTIAL POSSESSION (continued)
g) The Procuring Entity/Owner reserves the right to occupy any part of the Works, prior to Practical
Completion, providing such part is deemed to be practically complete and a certificate issued by the
Procuring Entity’s Representative/Project Manager to that effect. The Defects Liability Period shall be
deemed to have commenced on the date of issue of the Certificate of Practical Completion for the
part of the Works so occupied. The Contractor may reduce his insurances required by the Contract by
the value of the Works so occupied. The value of any part occupied by the Procuring Entity/Owner
shall be certified by the Procuring Entity’s Representative/Project Manager.
h) The occupation of any portion of the Works by the Procuring Entity/Owner shall be deemed only to be
the actual portion involved and shall not include the services, (including but not limited to mechanical,
electrical, fire protection, elevator services, building management, security and communication
systems), but the Contractor shall afford the Procuring Entity/Owner the full use of all such services
and systems. Practical completion of these services and systems shall not occur until the entire
Contract services are completed, tested and commissioned to the entire satisfaction of the Procuring
Entity’s Representative/Project Manager and in accordance with the Contract.
i) The Contractor may apply for inspection of the portions of the Works, which are distinct and
separable from the remainder of the Works. If the Procuring Entity’s Representative/Project Manager
agrees, then such area or areas shall be closed off after rectification of defects and shall be
inaccessible until the Date of Practical Completion, save where the Procuring Entity’s Representative/
Project Manager requests entry. Closing-off and provision of security personnel, as necessary, shall
be provided by the Contractor at his own cost.
j) The Procuring Entity’s Representative/Project Manager reserves the right to re-inspect the area or
areas closed-off prior to the Date of Practical Completion and any defects found shall be made good
to his entire satisfaction.
k) The Contractor shall not receive any reduction of his responsibility for the area or areas so closed off.
14. FINAL ACCOUNT
a) Upon the issue of a Certificate of Practical Completion for the Works the Contractor shall issue to the
Procuring Entity’s Representative/Project Manager the Final Account and then within the Period of
Final Measurement as given in Appendix A, the Quantity Surveyor shall issue and recommend the
Final Evaluation of the Works, and the Procuring Entity’s Representative/Project Manager shall certify
any amount due to the Contractor from the Procuring Entity/Owner, or due to the Procuring
Entity/Owner from the Contractor, as the case may be, notwithstanding any item which may have
previously been referred to Arbitration. This recommendation shall be called the Final Certificate.
b) Original and a copy of the Certificate of Practical Completion, together with evidence regarding the
fulfillment of the Contractor’s obligations in regards to Clauses 2.3 g) ii), 2.4, 2.5, 2.9 j) and 14.c) must
be submitted to the Procuring Entity/Owner before the Final Certificate shall be released;
c) If a dispute has not been referred to Arbitration prior to the issue of the Final Certificate, or within
fourteen (14) days of its issue, the Final Certificate shall be absolute proof that all things have been
accounted for and the Contractor is entirely satisfied as to the contents and value of the Final
Certificate.
c) Notwithstanding the issuance of the Certificate of Practical Completion, the completion of outstanding
works (if any) and the rectification of defects (if any) as stated within Clause 14.c) the Period for
Honoring the Final Certificate shall be as given in Appendix A for this clause only.
__________________________________________________________________________________________________________
General Conditions of Contract Page 30 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
14. FINAL ACCOUNT (continued)
e) The Contractor shall provide a signed Statement confirming that the amount stated therein represents
the full and final sum due to the Contractor in respect of the Contract as also requested to satisfy
Clause 2.5 c).
f) Any sum certified in the Final Certificate that is in error, can be corrected prior to payment, or
recovered from the Contractor by the Procuring Entity/Owner, or from the Procuring entity/Owner by
the Contractor, as the case may be, if such error is due to fraud, dishonesty, fraudulent concealment,
any defects or omission in the Works not discovered during the course of the Works, any inclusion or
exclusion of any work, materials, goods, or figure in any computation or any arithmetical error in any
computation.
15. COMPLETION OF DEFECTS LIABILITY PERIOD
a) Within the Defects Liability Period specified in Appendix A, the Contractor shall make good all
defects, shrinkages, or other faults which have been identified on the date of or prior to the date of
Practical Completion or have arisen during the Defects Liability Period, entirely at the Contractor’s
own cost. Upon completion of the Defects Liability Period, the Contractor shall give written notice for
inspection of the completed Works.
b) The Procuring Entity/Owner or any of his authorized representative(s) shall issue to the Contractor,
the list(s) of defects found or discovered at the date of completion of the Defects Liability Period of the
Works, otherwise known as the punchlist, which the Contractor, must receive from the Procuring
Entity/Owner not later than thirty (30) days from inspection date.
c) The Contractor shall rectify the said punchlisted works within a period not to exceed thirty (30) days.
d) When in the opinion of the Procuring Entity’s Representative/Project Manager any defects, shrinkages
or other faults which he may have required to be made good under this clause shall have been made
good or on completion of the Defects Liability Period, whichever comes later, the Procuring Entity’s
Representative/Project Manager shall issue a Certificate of Acceptance of the Works. The Contract
shall deem to have been fulfilled by the Contractor on that date, which date may exceed the Defects
Liability Period stated in the Contract. Due to the Contractor’s fault, defects may arise in rectified
work, necessitating rectification work to go beyond the Defects Liability Period.
e) Furthermore, should the Works or any part thereof including major Plant be found damaged and/or
defective and/or be unfit for the purpose for which the Procuring Entity/Owner intended then the
Defects Liability Period may be extended by the Procuring Entity/Owner in writing for a maximum
period of one (1) year from when the damage and/or defect was rectified and/or the Procuring
Entity/Owner was satisfied regarding fitness for purpose.
f) The Contractor shall remain responsible for any and all unfulfilled obligations as at the date of issue of
Certificate of Acceptance and to this therefore the Contract shall be enforceable for the purposes of
establishing the nature and extent of the same.
16. RELEASE OF RETENTION
a) All of the retention retained by the Procuring Entity/Owner, without accrued interest shall be paid to the
Contractor in the Interim Certificate following the issue of the Certificate of Practical Completion,
provided that the Contractor has returned all excess quantities of Procuring Entity/Owner supplied
materials (if any) and has submitted the required Retention Bond to guarantee the rectification of
defects in the Works during the Defects Liability Period and any other requirements stated within the
Contract Documents.
__________________________________________________________________________________________________________
General Conditions of Contract Page 31 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
16. RELEASE OF RETENTION (continued)
b) The insurance/ bonding firm and the Contractor agree the validity of this Retention Bond to be one (1)
year after the issuance of a Certificate of Practical Completion; or until all works and defects have
been completed and/or rectified, or until the issuance of the Certificate of Acceptance whichever is
the latter.
c) The Procuring Entity/Owner shall be in receipt of all as-built drawings before final payment is made to
the Contractor;
d) Furthermore before final payment, the final and approved original and three (3) copies of the
operation and preventive maintenance manuals, supplier’s warranties, and spare parts list of
machinery and plant supplied and installed by the Contractor, and Nominated Sub-contractors/
Suppliers shall be in the possession of the Procuring Entity’s Representative/Project Manager.
17. TERMINATION OF CONTRACT – GENERAL / PROCEDURES FOR TERMNATION OF
CONTRACT
a) Either party is entitled to request for the suspension or termination of this Contract or any part
thereof in case the other party should fail to comply with his Contractual obligations, and has
continued to so fail for a reasonable period after being given notice of the failure. Such facility
however, shall not be executed when the failure to comply is not of major importance, considering
the Works as a whole.
b) If either party to the Contract finds circumstances beyond the control of either party which are
either impossible or unlawful for either or both parties to fulfill their obligations under the Contract
then both parties shall be released from continuing their obligations. In such event the amount
payable by either party shall be determined in accordance with Clauses 18.f) ii) and 18.g).
18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER
a) The Procuring Entity/Owner shall have the right to determine the Contract, if the Contractor fails to
perform the Contract with due diligence and expedition or refuses or neglects to comply with any
reasonable order or instruction of the Procuring Entity’s Representative./Project Manager in respect of
the Contract.
b) The Procuring Entity/Owner shall require the Contractor to make good the said failure, neglect or
contravention within ten (10) days of the occurrence of same and the Contractor must comply with
this notice within fourteen (14) days of receipt. Should the Contractor fail to comply with the notice
within the prescribed period, the Procuring Entity/Owner shall be at liberty to terminate the Contract,
giving written notice of termination to the Contractor. In this event the Procuring Entity/Owner shall be
entitled to retain and apply the balance of money which may be otherwise become due to the
Contractor, towards the payment of the total sum to complete the Works.
c) Without prejudice to any other rights and remedies which the Procuring Entity/Owner may possess if
the Contractor shall make default in any one or more of the following respects, that is to say:
i) If he without reasonable cause suspends the carrying out of the Works or part of the Works
before completion thereof, or
ii) If he fails to proceed regularly and diligently with the Works, or
iii) If he fails to provide the necessary bonds and guarantees;
__________________________________________________________________________________________________________
General Conditions of Contract Page 32 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER (continued)
then the Procuring Entity’s Representative/Project Manager may give the Contractor a notice, by
hand, by registered post or recorded delivery, specifying the default, and if the Contractor either
continues such default for fourteen (14) days after receipt of such notice, or at any time thereafter
repeats such default (whether previously repeated or not), then the Procuring Entity/Owner without
prejudice to any other rights or remedies, may within ten (10) days after such continuance or
repetition, by notice by hand, by registered post or recorded delivery, forthwith terminate the
engagement of the Contractor under this Contract.
d) In the event of the Contractor becoming bankrupt or making a composition or arrangement with his
creditors or having winding-up order made or (except for purposes of solvent reconstruction) a
resolution for voluntary winding-up passed or a receiver or manager of his business or undertaking
duly appointed, or possession taken, by or on behalf of the holders of any debentures secured by a
floating charge, of any property comprised in or subject to the floating charge, the engagement of the
Contractor under this Contract shall be forthwith automatically terminated, unless viewed by the
Procuring Entity/Owner as an attempt by the Contractor to dispose of any liabilities or obligations
under the Contract, but the said engagement may be reinstated and continued if the Procuring
Entity/Owner and the Contractor, his trustee in bankruptcy, liquidator, receiver or manager, as the
case may be, shall so agree.
e) In the event of the engagement of the Contractor being terminated as aforesaid and so long as it has
not been reinstated and continued, the following shall be the respective rights and duties of the
Procuring Entity/Owner and the Contractor.
i) The Procuring Entity/Owner may engage and pay other persons to carry out and complete the
Works and he or they may enter upon the Works and use all temporary buildings, plant, tools,
equipment and materials intended for, or delivered to the Site, and may purchase all materials
and plant necessary for carrying out and completing the Works.
ii) The Contractor shall [except where the termination occurs by reason of the bankruptcy of the
Contractor or of him having a winding-up order made or (except for the purposes of a solvent
reconstruction) a resolution for voluntary winding-up passed], if so required by the Procuring
Entity’s Representative/Project Manager, within fourteen (14) days of the date of termination,
assign to the Procuring Entity/Owner or to any subsequent Contractor appointed by the Procuring
Entity/Owner to complete the Works, without payment, the benefit of any agreement for the
supply of plant, materials or equipment and/or for the execution of any works for the purposes of
this Contract but on the same terms that a supplier or Sub-contractor for any plant, materials or
equipment delivered or works executed for the purposes of this Contract, (whether before or after
the date of termination) in so far as the price thereof has not already been paid by the Contractor.
iii) The Contractor shall, when required in writing by the Procuring Entity’s Representative/Project
Manager so to do (but not before), remove from the Site any temporary buildings, plant, tools,
equipment, and materials, belonging to or hired by him. If within a reasonable time after any such
requirement has been made, the Contractor has not complied therewith, then the Procuring
Entity/Owner may (but without being responsible for any loss or damage) remove and sell any
such property of the Contractor, holding the proceeds, less all costs incurred, to the credit of the
Contractor.
__________________________________________________________________________________________________________
General Conditions of Contract Page 33 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
18. TERMINATION OF CONTRACT BY PROCURING ENTITY/OWNER (continued)
iv) The Contractor shall pay to the Procuring Entity/Owner in the manner hereinafter appearing, the
amount of any direct loss and/or damage caused to the Procuring Entity/Owner by the
termination. Until after completion of the Works under Clause 15.d) the Procuring Entity/Owner
shall not be bound by any provision of this Contract to make any further payment to the
Contractor, but upon such completion and verification within a reasonable time of the accounts
therefore, the Procuring Entity’s Representative/Project Manager with the assistance of the
Quantity Surveyor shall ascertain and certify the amount of expenses properly incurred by the
Procuring Entity/Owner and the amount of any direct loss and/or damage caused to the Procuring
Entity/Owner by the termination and, if such amounts when added to the monies paid to the
Contractor before the date of termination exceed the total amount which would have been
payable on due completion in accordance with this Contract, the difference shall be a debt
payable to the Procuring Entity/Owner by the Contractor.
f) The Procuring Entity/Owner may terminate the engagement of the Contractor under this Contract at
any time, by giving the Contractor a minimum of thirty (30) days written notice of his intention to
terminate the Contract. Upon such termination, then without prejudice to the accrued rights or
remedies of either party or to any liability of the clauses mentioned herein before which may accrue
either before the Contractor shall have materials or goods or by reason of his or their so removing the
same, the respective rights and liabilities of the Contractor and the Procuring Entity/Owner shall be as
follows:
i) The Contractor shall, with all reasonable dispatch and in such a manner and with such
precautions as will prevent injury, death or damage of the classes in respect of which before the
date of termination he was liable to indemnify the Procuring Entity/Owner, remove from the Site
all his temporary buildings, tools, equipment, and materials but subject always to the provisions of
this clause.
ii) After taking into account amounts previously paid under this Contract, the Contractor shall be paid
by the Procuring Entity/Owner:
a) The total value of work completed at the date of termination.
b) Any sum ascertained in respect of direct loss and/or expense under Clause 12 (whether
ascertained before or after the date of termination).
g) Provided always that against any payments due from the Procuring Entity/Owner under this sub-
clause, the Procuring Entity/Owner shall be entitled to be credited with any outstanding balance due
from the Contractor for the Advance Payment and any other sums which at the date of such
termination were recoverable by the Procuring Entity/Owner from the Contractor under the Contract.
19. TERMINATION OF CONTRACT BY CONTRACTOR
a) The Contractor has the right to terminate the Contract, without prejudice to any rights and remedies,
which the Contractor may possess if:
i) The Procuring Entity/Owner does not pay to the Contractor the amount due on any certificate within
the Period for Honoring Certificates as stated in Appendix A, and continues such default for
fourteen (14) days after receipt by registered post or personal delivery of a notice from the
Contractor stating that a notice of determination under the Contract will be served if payment
is not made within fourteen (14) days from receipt thereof; or
__________________________________________________________________________________________________________
General Conditions of Contract Page 34 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
19. TERMINATION OF CONTRACT BY CONTRACTOR (continued)
ii) The Procuring Entity/Owner wrongfully interferes with or obstructs the issue of any certificate due
under the Contract and continues such default for fourteen (14) days after receipt by registered
post or personal delivery of a notice from the Contractor specifying the default; or
iii) The execution of the whole or a substantial part of the Works (other than the execution of the
work required under Clause 6. h) is suspended for a continuous period of the length stated in
Clause 12(e) by reason of fire, lightning, seismic disturbance, explosion, riot, civil commotion,
and/or civil disorder. Provided that this sub-clause shall not be applicable if the suspension arises
out of the default, negligence or act of the Contractor.
iv) The Procuring Entity/Owner passes a resolution for voluntary winding up, then the Contractor
may, thereupon by notice by registered post or by hand to the Procuring Entity/Owner or its
representative, forthwith terminate this Contract; provided that such notice shall not be given
unreasonably or vexatiously.
b) Upon such termination, then without prejudice to the accrued rights or remedies of either party or to
any liability of the clauses mentioned herein before which may accrue either before the Contractor
shall have removed his temporary buildings, plant, tools, equipment, materials or goods or by reason
of his or their so removing the same, the respective rights and liabilities of the Contractor and the
Procuring Entity/Owner shall be as follows, that is to say:
i) The Contractor shall, with all reasonable dispatch and in such manner and with such precautions
as will prevent injury, death or damage of the classes in respect of which before the date of
termination he was liable to indemnify the Procuring Entity/Owner, remove from the Site all his
temporary buildings, plant, tools, equipment, and materials.
ii) After taking into account amounts previously paid under the Contract, the Contractor shall be paid
by the Procuring Entity/Owner;
a) The total value of work completed at the date of termination.
b) Any sum ascertained in respect of direct loss and/or expense under Clause 11 (whether
ascertained before or after the date of termination).
c) However if such termination is resultant of the default, negligence or act of the Contractor as
described in Clause 18 c) above then such payment will only be certified upon the issue of the
Certificate of Acceptance.
iii) Provided always that against any payments due from the Procuring Entity/Owner under this sub-
clause, the Procuring Entity/Owner shall be entitled to be credited with any outstanding balance due
from the Contractor for the Advance Payment and any other sums which at the date of such
termination were recoverable by the Procuring Entity/Owner from the Contractor.
20. SETTLEMENT OF DISPUTES
a) Any dispute which arises out of the Contract, between the Procuring Entity/Owner and / or its
representative and the Contractor shall by all means possible, be settled amicably by the parties
thereto.
c) Failing an amicable agreement of any dispute, any dispute out of or in connection with this contract,
including any question regarding its existence, validity, or termination shall be referred to and finally
resolved by arbitration under the Rules of Procedure Governing Construction Arbitration promulgated
pursuant to Executive Order 1008 (the Construction Industry Arbitration Law) by three (3) arbitrators
to be appointed in accordance with such rules. The place of arbitration shall be at the office of the
Construction Industry Arbitration Commission.
__________________________________________________________________________________________________________
General Conditions of Contract Page 35 of 35
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
20. SETTLEMENT OF DISPUTES (continued)
c) The Contractor shall continue to proceed with the Works with all due diligence, including any disputed
portion thereof, without prejudice to the rights of both parties in any arbitration proceedings.
d) Any Arbitration Proceedings shall take place in Metro Manila, Republic of the Philippines.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 1 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
SSPPEECCIIAALL CCOONNDDIITTIIOONNSS OOFF CCOONNTTRRAACCTT
DDeeffiinniittiioonnss
uunnddeerr CCoonnttrraacctt PPeerriioodd,,
TThhee CCoonnttrraacctt PPeerriioodd iiss OOnnee HHuunnddrreedd TTwweennttyy CCaalleennddaarr DDaayyss ((112200 CCDD))..
uunnddeerr PPrrooccuurriinngg EEnnttiittyy//OOwwnneerr,,
TThhee PPrrooccuurriinngg EEnnttiittyy//OOwwnneerr iiss TTuubbbbaattaahhaa MMaannaaggeemmeenntt OOffffiiccee ((TTMMOO))..
uunnddeerr PPrrooccuurriinngg EEnnttiittyy’’ss RReepprreesseennttaattiivvee//PPrroojjeecctt MMaannaaggeerr,,
TThhee PPrrooccuurriinngg EEnnttiittyy’’ss RReepprreesseennttaattiivvee//PPrroojjeecctt MMaannaaggeerr iiss RRiiddeerr LLeevveetttt BBuucckknnaallll
PPhhiilliippppiinneess IInncc.. ((RRLLBBPPII))
uunnddeerr PPrroojjeecctt,,
TThhee PPrroojjeecctt iiss TTuubbbbaattaahhaa RReeeeffss NNaattuurraall PPaarrkk RRaannggeerr SSttaattiioonn..
uunnddeerr SSiittee,,
TThhee SSiittee iiss TTuubbbbaattaahhaa RReeeeffss,, CCaaggaayyaanncciilllloo,, PPaallaawwaann..
BBeellooww ddeeffiinniittiioonnss aanndd ccllaauusseess aarree aaddddiittiioonnaall ddeettaaiillss bbaasseedd oonn tthhee PPhhiilliippppiinnee BBiiddddiinngg DDooccuummeennttss –– PPrrooccuurreemmeenntt ooff IInnffrraassttrruuccttuurree PPrroojjeecctt,, GGoovveerrnnmmeenntt ooff tthhee RReeppuubblliicc ooff tthhee PPhhiilliippppiinneess,, FFoouurrtthh EEddiittiioonn,, DDeecceemmbbeerr 22001100..
uunnddeerr DDeeffiinniittiioonnss,,
1. The Arbiter is the person appointed jointly by the Procuring Entity and the Contractor
to resolve disputes in the first instance, as provided for in GCC Clause 20.
2. Bill of Materials or product structure, is a list of the raw materials, sub-assemblies,
intermediate assemblies, sub-components, parts and the quantities of each needed to
manufacture and end product.
3. The Completion Date is the date of completion of the Works as certified by the
Procuring Entity’s Representative, in accordance with GCC Clause13.
4. The Contract is the contract between the Procuring Entity and the Contractor to
execute, complete, and maintain the Works.
5. Contract Time Extension is the allowable period for the Contractor to complete the
Works in addition to the original Completion Date stated in this Contract.
6. The Contractor’s Bid is the signed offer or proposal submitted by the Contractor to
the Procuring Entity in response to the Bidding Documents.
7. Dayworks are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for associated
Materials and Plant.
8. A Defect is any part of the Works not completed in accordance with the Contract.
9. The Defects Liability Certificate is the certificate issued by Procuring Entity’s
Representative upon correction of defects by the Contractor.
10. Equipment refers to all facilities, supplies, appliances, materials or things required for
the execution and completion of the Work provided by the Contractor and which shall
not form or are not intended to form part of the Permanent Works.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 2 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
under Definitions (continued),
11. Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.
12. The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entity’s Representative to the Contractor requiring the latter to begin the
commencement of the work not later than a specified or determinable date.
13. Permanent Works all permanent structures and all other project features and
facilities required to be constructed and completed in accordance with this Contract
which shall be delivered to the Procuring Entity and which shall remain at the Site
after the removal of all Temporary Works.
14. Plant refers to the machinery, apparatus, and the like intended to form an integral part
of the Permanent Works.
15. The Procuring Entity/Owner is the party who employs the Contractor to carry out the
Works which is Tubbataha Management Office.
16. The Procuring Entity’s Representative/Project Manager refers to the Head of the
Procuring Entity/Owner or his duly authorized representative, who shall be responsible
for supervising the execution of the Works and administering this Contract, which is
Rider Levett Bucknall Philippines Inc.
17. Site Investigation Reports are those that were included in the Bidding Documents
and are factual and interpretative reports about the surface and subsurface conditions
at the Site.
18. Slippage is a delay in work execution occurring when actual accomplishment falls
below the target as measured by the difference between the scheduled and actual
accomplishment of the Work by the Contractor as established from the work
schedule. This is actually described as a percentage of the whole Works.
19. The Start Date, is the date when the Contractor is obliged to commence execution of
the Works. It does not necessarily coincide with any of the Site Possession Dates.
20. A Sub-contractor is any person or organization to whom a part of the Works has
been subcontracted by the Contractor, as allowed by the Procuring Entity, but not any
assignee of such person.
21. Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Permanent Works.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 3 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
addition to Clause 1.4 – Authorized Representatives and Communications Identifying Defects
The Procuring Entity’s Representative/Project Manager shall check the Contractor’s work and
notify the Contractor of any defects that are found. Such checking shall not affect the
Contractor’s responsibilities. The Procuring Entity’s Representative/Project Manager may
instruct the Contractor to search uncover defects and test any work that the Procuring Entity’s
Representative/Project Manager considers below standards and defective.
aaddddiittiioonn ttoo CCllaauussee 11..55 –– SSiinngguullaarr aanndd PPlluurraall
1. In interpreting the Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no significance.
Words have their normal meaning under the language of this Contract unless
specifically defined. The Procuring Entity’s Representative will provide instructions
clarifying queries about the Conditions of Contract.
addition to Clause 2.1 – Procuring Entity/Owner’s Obligations
c ) The Procuring Entity’s personnel shall at all reasonable times during construction of
the Work be entitled to examine, inspect, measure and test the materials and
workmanship, and to check the progress of the construction.
c) If the Procuring Entity’s Representative instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a defect and the test
shows that it does, the Contractor shall pay for the test and any samples. If there is
no defect, the test shall be a Compensation Event.
addition to Clause 2.3 – Contractor’s Risk, Submittals, Obligations and Responsibilities
i. The Contractor shall warn the Procuring Entity’s Representative/Project Manager at
the earliest opportunity of specific likely future events or circumstances that may
adversely affect the quality of the work, increase the Contract Price, or delay the
execution of the Works. The Procuring Entity’s Representative/Project Manager may
require the Contractor to provide an estimate of the expected effect of the future event
or circumstance on the Contract Price and Completion Date. The estimate shall be
provided by the Contractor as soon as reasonably possible.
j. The Contractor shall cooperate with the Procuring Entity’s Representative/Project
Manager in making and considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the work and in
carrying out any resulting instruction of the Procuring Entity’s Representative/Project
Manager.
k. The Contractor shall permit the Funding Source and/or the Procuring entity/Owner or
its representative to inspect the Contractor’s accounts and records relating to the
performance of the Contractor and to have them audited by auditors appointed by the
Funding Source, if so required by the Funding Source.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 4 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 22..55 –– BBoonnddss//SSeeccuurriittiieess aanndd GGuuaarraanntteeeess
b.1) Within ten (10) calendar days from receipt of the Notice of Award from the Procuring
Entity/Owner but in no case later than the signing of the contract by both parties, tthhee
CCoonnttrraaccttoorr sshhaallll ffuurrnniisshh tthhee ppeerrffoorrmmaannccee sseeccuurriittyy iinn aannyy tthhee ffoorrmmss pprreessccrriibbeedd iinn IITTBB
CCllaauussee 1155..22..
b.2) The Contractor shall post an additional performance security following the amount
and form specified in ITB Clause 15 to cover any cumulative increase of more than
ten percent (10%) over the original value of the contract as a result of amendments to
order or change orders, extra work orders and supplemental agreements, as the case
may be. The Contractor shall cause the extension of the validity of the performance
security to cover approved contract time extensions.
b.3) In case of a reduction in the contract value or for partially completed Works under the
contract which are usable and accepted by the Procuring Entity/Owner the use of
which, in the judgment of the implementing agency or the Procuring Entity/Owner, will
not affect the structural integrity of the entire project, the Procuring Entity/Owner shall
allow a proportional reduction in the original performance security, provided that any
such reduction is more than ten percent (10%) and that the aggregate of such
reductions is not more than fifty percent (50%) of the original performance security.
b.4) The Contractor, by entering into the Contract with the Procuring Entity/Owner,
acknowledges the right of the Procuring Entity/Owner to institute action pursuant to
Act 3688 against any subcontractor be they an individual, firm, partnership,
corporation, or association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.
g) The warranty against Structural Defects/Failures, except those occasioned on force
majeure, shall cover and remain effective for one year from the date of issuance of
the Certificate of Final Acceptance by the Procuring Entity/Owner.
g.1) The Contractor shall be required to put up a warranty security in the form of
cash, bank guarantee, letter of credit, GSIS or surety bond callable on
demand, in accordance with the following schedule:
Form of Warranty Minimum Amount in Percentage
(%) of Total Contract Price
(a) Cash or letter of credit issued by Universal
or Commercial bank: provided, however,
that the letter of credit shall be confirmed
or authenticated by a Universal or
Commercial bank, if issued by a foreign
bank
Five Percent (5%)
(b) Bank guarantee confirmed by Universal or
Commercial bank: provided, however, that
the letter of credit shall be confirmed or
authenticated by a Universal or
Commercial bank, if issued by a foreign
bank
Ten Percent (10%)
(c) Surety bond callable upon demand issued
by GSIS or any surety or insurance
company duly certified by the Insurance
Commission
Thirty Percent (30%)
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 5 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 22..55 –– BBoonnddss//SSeeccuurriittiieess aanndd GGuuaarraanntteeeess ((ccoonnttiinnuueedd))
g.2) The warranty security shall be stated in Philippine Pesos and shall remain
effective for one year from the date of issuance of the Certificate of Final
Acceptance by the Procuring Entity/Owner, and returned only after the lapse
of said one year period
g.3) In case of structural defects/failure occurring during the applicable warranty
period, the Procuring Entity/Owner shall undertake the necessary restoration
or reconstruction works and shall be entitled to full reimbursement by the
parties found to be liable for expenses incurred therein upon demand, without
prejudice to the filing of appropriate administrative, civil, and/or criminal
charges against the responsible persons as well as the forfeiture of the
warranty security posted in favor of the Procuring Entity/Owner.
Advance Payment
h) The Procuring Entity/Owner shall, upon a written request of the contractor which shall
be submitted as a contract document, make an advance payment to the contractor in
an amount not exceeding fifteen percent (15%) of the total contract price, to be made
in lump sum or, at the most two, installments according to a schedule specified by the
Procuring Entity/Owner.
i) The advance payment shall be made only upon the submission to and acceptance by
the Procuring Entity/Owner of an irrevocable standby letter of credit of equivalent
value from a commercial bank, a bank guarantee or a surety bond callable upon
demand, issued by a surety or insurance company duly licensed by the Insurance
Commission and confirmed by the Procuring Entity/Owner.
j) The advance payment shall be repaid by the Contractor by an amount equal to the
percentage of the total contract price used for the advance payment.
k) The contractor may reduce his standby letter of credit or guarantee instrument by the
amounts refunded by the Monthly Certificates in the advance payment.
l) The Procuring Entity/Owner will provide an Advance Payment on the Contract Price
as stipulated in the Conditions of Contract, subject to the maximum amount stated
from above.
addition to Clause 2.9 – Materials and Workmanship
Approval of Drawings and Temporary Works by the Procuring Entity’s Representative
a) All Drawings prepared by the Contractor for the execution of the Temporary Works,
are subject to prior approval by the Procuring Entity’s Representative/Project Manager
before its use.
b) The Contractor shall be responsible for design of Temporary Works.
c) The Procuring Entity’s Representative’s/Project Manager approval shall not alter the
Contractor’s responsibility for design of the Temporary Works.
d) The Contractor shall obtain approval of third parties to the design of the Temporary
Works, when required by the Procuring Entity/Owner.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 6 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
addition to Clause 2.9 – Materials and Workmanship (continued) Acceleration and Delays Ordered by the Procuring Entity’s Representative/Project Manager
a) When the Procuring Entity/Owner wants the Contractor to finish before the Intended
Completion Date, the Procuring Entity’s Representative/Project Manager will obtain
priced proposals for achieving the necessary acceleration from the Contractor. If the
Procuring Entity/Owner accepts these proposals, the Intended Completion Date will
be adjusted accordingly and confirmed by both the Procuring Entity/Owner and the
Contractor.
b) If the Contractor’s Financial Proposals for an acceleration are accepted by the
Procuring Entity/Owner, they are incorporated in the Contract Price and treated as a
Variation.
addition to Clause 5 – Contract Sum
d) Except for extraordinary circumstances as determined by NEDA and approved by the
GPPB, no price adjustment shall be allowed. Nevertheless, in cases where the cost
of the awarded contract is affected by any applicable new laws, ordinances,
regulations, or other acts of the GOP, promulgated after the date of bid opening, a
contract price adjustment shall be made or appropriate relief shall be applied on a no
loss-no gain basis.
e) If the final quantity of any work done differs from the quantity in the Bill of
Quantities/Bills of Materials for the particular item and is not more than twenty five
percent (25%) of the original quantity, provided the aggregate changes for all items do
not exceed ten percent (10%) of the Contract price, the Procuring Entity’s
Representative/Project Manager shall make the necessary adjustments to allow for
the changes subject to applicable laws, rules, and regulations.
addition to Clause 6 – Variations, Instructions and Orders
n) The Procuring Entity’s Representative/Project Manager with the prior approval of the
Procuring Entity/Owner may instruct Variations, up to a maximum cumulative amount
of ten percent (10%) of the original contract cost.
o) Variations shall be valued as follows:
(i) At a lump sum price agreed between the parties;
(ii) where appropriate, at rates in this Contract;
(iii) in the absence of appropriate rates, the rates in this Contract shall be used as
the basis for valuation; or failing which
(iv) at appropriate new rates, equal to or lower than current industry rates and to
be agreed upon by both parties and approved by the Head of the Procuring
Entity/Owner
p) If the Contractor incurs cost as a result of any of the events under GCC Clause 2.8,
the Contractor shall be entitled to the amount of such cost. If as a result of any of the
said events, it is necessary to change the Works, this shall be dealt with as a
Variation.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 7 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 99 –– LLiiqquuiiddaatteedd DDaammaaggeess
c) Once the cumulative amount of liquidated damages reaches ten percent (10%) of this
Contract, the Procuring Entity/Owner shall rescind this Contract, without prejudice to
other courses of action and remedies open to it.
d) If the Intended Completion Date is extended after liquidated damages have been paid,
the Procuring Entity’s Representative shall correct any overpayment of liquidated
damages by the Contractor by adjusting the next payment certificate. The Contractor
shall be paid interest on the overpayment, calculated from the date of payment to the
date of repayment, at the rates specified in GCC Clause 8.
addition to Clause 10 – Extension of Time
k) The Procuring Entity’s Representative/Project Manager shall extend the Intended
Completion Date if a Variation is issued which makes it impossible for the Intended
Completion Date to be achieved by the Contractor without taking steps to accelerate
the remaining work, which would cause the Contractor to incur additional costs. No
payment shall be made for any event which may warrant the extension of the Intended
Completion Date.
l) The Procuring Entity’s Representative/Project Manager shall decide whether and by
how much to extend the Intended Completion Date within twenty one (21) days of the
Contractor asking the Procuring Entity’s Representative/Project Manager for a
decision thereto after fully submitting all supporting information. If the Contractor has
failed to give early warning of a delay or has failed to cooperate in dealing with a
delay, the delay by this failure shall not be considered in assessing the new Intended
Completion Date.
aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt
17.3 The following provisions shall govern the procedures for the termination of this
Contract:
(a) Upon receipt of a written report of acts or causes which may constitute
ground(s) for termination as aforementioned, or upon its own initiative, the
Procuring Entity/Owner shall, within a period of seven (7) calendar days, verify
the existence of such ground(s) and cause the execution of a Verified Report,
with all relevant evidence attached;
(b) Upon recommendation by the Procuring Entity/Owner, the Head of the
Procuring Entity shall terminate this Contract only by a written notice to the
Contractor conveying the termination of this Contract. The notice shall state:
(i) that this Contract is being terminated for any of the ground(s) afore-
mentioned, and a statement of the acts that constitute the ground(s)
constituting the same;
(ii) the extent of termination, whether in whole or in part;
(iii) an instruction to the Contractor to show cause as to why this Contract
should not be terminated; and
(iv) special instructions of the Procuring Entity/Owner, if any.
The Notice to Terminate shall be accompanied by a copy of the Verified
Report;
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 8 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt (continued)
(c) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Contractor shall submit to the Head of the Procuring
Entity/Owner a verified position paper stating why the contract should not be
terminated. If the Contractor fails to show cause after the lapse of the seven
(7) day period, either by inaction or by default, the Head of the Procuring
Entity/Owner shall issue an order terminating the contract;
(d) The Procuring Entity/Owner may, at any time before receipt of the Bidder’s
verified position paper described in item (c) above withdraw the Notice to
Terminate if it is determined that certain items or works subject of the notice
had been completed, delivered, or performed before the Contractor’s receipt
of the notice;
(e) Within a non-extendible period of ten (10) calendar days from receipt of the
verified position paper, the Head of the Procuring Entity/Owner shall decide
whether or not to terminate this Contract. It shall serve a written notice to the
Contractor of its decision and, unless otherwise provided in the said notice,
this Contract is deemed terminated from receipt of the Contractor of the
notice of decision. The termination shall only be based on the ground(s)
stated in the Notice to Terminate; and
(f) The Head of the Procuring Entity/Owner may create a Contract Termination
Review Committee (CTRC) to assist him in the discharge of this function. All
decisions recommended by the CTRC shall be subject to the approval of the
Head of the Procuring Entity/Owner.
17.3.1 Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition of
additional administrative sanctions as the internal rules of the agency may provide
and/or further criminal prosecution as provided by applicable laws, the Procuring
Entity/Owner shall impose on contractors after the termination of the contract the
penalty of suspension for one (1) year for the first offense, suspension for two (2)
years for the second offense from participating in the public bidding process, for
violations committed during the contract implementation stage, which include but not
limited to the following:
(a) Failure of the Contractor, due solely to his fault or negligence, to mobilize and
start work or performance within the specified period in the Notice to Proceed
(“NTP”);
(b) Failure by the Contractor to fully and faithfully comply with its contractual
obligations without valid cause, or failure by the contractor to comply with any
written lawful instruction of the procuring entity or its representative(s)
pursuant to the implementation of the contract. For the procurement of
infrastructure projects or consultancy contracts, lawful instructions include but
are not limited to the following:
(i) Employment of competent technical personnel, competent engineers
and/or work supervisors;
(ii) Provision of warning signs and barricades in accordance with
approved plans and specifications and contract provisions;
(iii) Stockpiling in proper places of all materials and removal from the
project site of waste and excess materials, including broken
pavement and excavated debris in accordance with approved plans
and specifications and contract provisions;
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 9 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 1177–– TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt –– GGeenneerraall//PPrroocceedduurreess ffoorr TTeerrmmiinnaattiioonn ooff CCoonnttrraacctt (continued)
(iv) Deployment of committed equipment, facilities, support staff and
manpower; and
(v) Renewal of the effectivity dates of the performance security after its
expiration during the course of contract implementation.
(c) Assignment and subcontracting of the contract or any part thereof or
substitution of key personnel named in the proposal without prior written
approval by the Procuring Entity/Owner.
(d) Poor performance by the contractor or unsatisfactory quality and/or progress
of work arising from his fault or negligence as reflected in the Constructor's
Performance Evaluation System (“CPES”) rating sheet. In the absence of the
CPES rating sheet, the existing performance monitoring system of the
procuring entity shall be applied. Any of the following acts by the Contractor
shall be construed as poor performance:
(i) Negative slippage of 15% and above within the critical path of the
project due entirely to the fault or negligence of the contractor; and
(ii) Quality of materials and workmanship not complying with the
approved specifications arising from the contractor's fault or
negligence.
(e) Willful or deliberate abandonment or non-performance of the project
or contract by the contractor resulting to substantial breach thereof
without lawful and/or just cause.
In addition to the penalty of suspension, the performance security posted by the
contractor shall also be forfeited.
addition to Clause 18 - Termination of Contract by Procuring Entity/Owner
h) The Procuring Entity/Owner may terminate this Contract, in whole or in part, at any
time for its convenience. The Head of the Procuring Entity/Owner may terminate this
Contract for the convenience of the Procuring Entity if he has determined the
existence of conditions that make Project Implementation economically, financially or
technically impractical and/or unnecessary, such as, but not limited to, fortuitous
event(s) or changes in law and National Government policies.
i) The Procuring Entity/Owner or the Contractor may terminate this Contract if the other
party causes a fundamental breach of this Contract.
j) Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
(i) The Contractor stops work for twenty eight (28) days when no stoppage of
work is shown on the current Program of Work and the stoppage has not
been authorized by the Procuring Entity’s Representative/Project Manager;
(ii) The Procuring Entity’s Representative/Project Manager instructs the
Contractor to delay the progress of the Works, and the instruction is not
withdrawn within twenty eight (28) days;
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 10 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
addition to Clause 18 - Termination of Contract by Procuring Entity/Owner (continued)
(iii) The Procuring Entity/Owner shall terminate this Contract if the Contractor is
declared bankrupt or insolvent as determined with finality by a court of
competent jurisdiction. In this event, termination will be without compensation
to the Contractor, provided that such termination will not prejudice or affect
any right of action or remedy which has accrued or will accrue thereafter to
the Procuring Entity/Owner and/or the Contractor. In the case of the
Contractor's insolvency, any Contractor's Equipment which the Procuring
Entity/Owner instructs in the notice is to be used until the completion of the
Works;
(iv) A payment certified by the Procuring Entity’s Representative/Project Manager
is not paid by the Procuring Entity/Owner to the Contractor within eighty four
(84) days from the date of the Procuring Entity’s Representative’s/Project
Manager certificate;
(v) The Procuring Entity’s Representative/Project Manager gives Notice that
failure to correct a particular Defect is a fundamental breach of Contract and
the Contractor fails to correct it within a reasonable period of time determined
by the Procuring Entity’s Representative/Project Manager;
(vi) The Contractor does not maintain a Security, which is required;
(vii) The Contractor has delayed the completion of the Works by the number of
days for which the maximum amount of liquidated damages can be paid, as
defined in the GCC Clause 9; and
(viii) In case it is determined prima facie by the Procuring Entity/Owner that the
Contractor has engaged, before or during the implementation of the contract,
in unlawful deeds and behaviors relative to contract acquisition and
implementation, such as, but not limited to, the following:
(viii.a) corrupt, fraudulent, collusive, coercive, and obstructive practices as
defined in ITB Clause 1.3.
(viii.b) drawing up or using forged documents;
(viii.c) using adulterated materials, means or methods, or engaging in
production contrary to rules of science or the trade; and
(viii.d) any other act analogous to the foregoing.
k. The Funding Source or the Procuring Entity/Owner, as appropriate, will seek to
impose the maximum civil, administrative and/or criminal penalties available under the
applicable law on individuals and organizations deemed to be involved with corrupt,
fraudulent, or coercive practices.
l. When persons from either party to this Contract gives notice of a fundamental breach
to the Procuring Entity’s Representative/Project Manager in order to terminate the
existing contract for a cause other than those listed under GCC Clause 18, the
Procuring Entity’s Representative/Project Manager shall decide whether the breach is
fundamental or not.
m. If this Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secure, and leave the Site as soon as reasonably possible.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 11 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 2200 –– SSeettttlleemmeenntt ooff DDiissppuutteess
e) If any dispute or difference of any kind whatsoever shall arise between the
parties in connection with the implementation of the contract covered by the
Act and this IRR, the parties shall make every effort to resolve amicably such
dispute or difference by mutual consultation.
f) If the Contractor believes that a decision taken by the PROCURING
ENTITY’s Representative/Project Manager was either outside the authority
given to the PROCURING ENTITY’s Representative/Project Manager by this
Contract or that the decision was wrongly taken, the decision shall be referred
to the Arbiter within fourteen (14) days of the notification of the PROCURING
ENTITY’s Representative’s/Project Manager’s decision.
g) Any and all disputes arising from the implementation of this Contract covered
by the R.A. 9184 and its IRR shall be submitted to arbitration in the
Philippines according to the provisions of Republic Act No. 876, otherwise
known as the “ Arbitration Law” and Republic Act 9285, otherwise known as
the “Alternative Dispute Resolution Act of 2004”: Provided, however, That,
disputes that are within the competence of the Construction Industry
Arbitration Commission to resolve shall be referred thereto. The process of
arbitration shall be incorporated as a provision in this Contract that will be
executed pursuant to the provisions of the Act and its IRR: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other
alternative modes of dispute resolution.
h) The Procuring Entity/Owner shall have the authority to suspend the work
wholly or partly by written order for such period as may be deemed
necessary, due to force majeure or any fortuitous events or for failure on the
part of the Contractor to correct bad conditions which are unsafe for workers
or for the general public, to carry out valid orders given by the Procuring
Entity/Owner or to perform any provisions of the contract, or due to
adjustment of plans to suit field conditions as found necessary during
construction. The Contractor shall immediately comply with such order to
suspend the work wholly or partly.
i) The Contractor or its duly authorized representative shall have the right to
suspend work operation on any or all projects/activities along the critical path
of activities after fifteen (15) calendar days from date of receipt of written
notice from the Contractor to the district engineer/regional director/consultant
or equivalent official, as the case may be, due to the following:
(i) There exist right-of-way problems which prohibit the Contractor from
performing work in accordance with the approved construction
schedule.
(ii) Requisite construction plans which must be owner-furnished are not
issued to the contractor precluding any work called for by such plans.
(iii) Peace and order conditions make it extremely dangerous, if not
possible, to work. However, this condition must be certified in writing
by the Philippine National Police (PNP) station which has
responsibility over the affected area and confirmed by the
Department of Interior and Local Government (DILG) Regional
Director.
(iv) There is failure on the part of the Procuring Entity/Owner to deliver
government-furnished materials and equipment as stipulated in the
contract.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 12 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
aaddddiittiioonn ttoo CCllaauussee 2200 –– SSeettttlleemmeenntt ooff DDiissppuutteess ((ccoonnttiinnuueedd))
(v) Delay in the payment of Contractor’s claim for progress billing beyond
forty-five (45) calendar days from the time the Contractor’s claim has
been certified to by the procuring entity’s authorized representative
that the documents are complete unless there are justifiable reasons
thereof which shall be communicated in writing to the Contractor.
j) In case of total suspension, or suspension of activities along the critical path,
which is not due to any fault of the Contractor, the elapsed time between the
effective order of suspending operation and the order to resume work shall be
allowed the Contractor by adjusting the contract time accordingly.
aaddddiittiioonnaall CCllaauussee 2211 –– SSiittee IInnvveessttiiggaattiioonn RReeppoorrttss
The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
supplemented by any information obtained by the Contractor.
additional Clause 22 - Suspension of Loan, Credit, Grant, or Appropriation
In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation to the
Procuring Entity/Owner, from which part of the payments to the Contractor are being made:
1. The Procuring Entity/Owner is obligated to notify the Contractor of such suspension
within seven (7) days of having received the suspension notice.
2. If the Contractor has not received sums due it for work already done within forty five
(45) days from the time the Contractor’s claim for payment has been certified by the
Procuring Entity’s Representative/Project Manager, the Contractor may immediately
issue a suspension of work notice in accordance with SCC Clause 22.1.
additional Clause 23 - Procuring Entity’s Representative’s/Project Manager’s Decisions
23.1 Except where otherwise specifically stated, the Procuring Entity’s
Representative/Project Manager will decide contractual matters between the
Procuring Entity/Owner and the Contractor in the role representing the Procuring
Entity/Owner.
23.2 The Procuring Entity’s Representative/Project Manager may delegate any of his duties
and responsibilities to other people, except to the Arbiter, after notifying the
Contractor, and may cancel any delegation after notifying the Contractor.
additional Clause 24 – Dayworks
24.1 Subject to GCC Clause 6 on Variation Order, the Dayworks rates in the Contractor’s
Bid shall be used for small additional amounts of work only when the Procuring
Entity’s Representative/Project Manager has given written instructions in advance for
additional work to be paid for in that way.
24.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms
approved by the Procuring Entity’s Representative/Project Manager. Each completed
form shall be verified and signed by the Procuring Entity’s Representative/Project
Manager within two days of the work being done.
24.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks
forms.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 13 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
additional Clause 25 - Program of Work
25.1 The Contractor shall submit to the Procuring Entity’s Representative/Project Manager
for approval a Program of Work showing the general methods, arrangements, order,
and timing for all the activities in the Works.
25.2 An update of the Program of Work shall the show the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining
work, including any changes to the sequence of the activities.
25.3 The Contractor shall submit to the Procuring Entity’s Representative/Project Manager
for approval an updated Program of Work every month. If the Contractor does not
submit an updated Program of Work within this period, the Procuring Entity’s
Representative/Project Manager may withhold the next payment certificate and
continue to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.
25.4 The Procuring Entity’s Representative’s/Project Manager approval of the Program of
Work shall not alter the Contractor’s obligations. The Contractor may revise the
Program of Work and submit it to the Procuring Entity’s Representative/Project
Manager again at any time. A revised Program of Work shall show the effect of any
approved Variations.
25.5 When the Program of Work is updated, the Contractor shall provide the Procuring
Entity’s Representative/Project Manager with an updated cash flow forecast. The
cash flow forecast shall include different currencies, as defined in the Contract,
converted as necessary using the Contract exchange rates.
25.6 All Variations shall be included in updated Program of Work produced by the
Contractor.
additional Clause 26 – Management Conferences
26.1 Either the Procuring Entity’s Representative/Project Manager or the Contractor may
require the other to attend a Management Conference. The Management Conference
shall review the plans for remaining work and deal with matters raised in accordance
with the early warning procedure.
26.2 The Procuring Entity’s Representative/Project Manager shall record the business of
Management Conferences and provide copies of the record to those attending the
Conference and to the Procuring Entity/Owner . The responsibility of the parties for
actions to be taken shall be decided by the Procuring Entity’s Representative/Project
Manager either at the Management Conference or after the Management Conference
and stated in writing to all.
additional Clause 27– Payment on Termination
27.1 If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Procuring Entity’s Representative/Project Manager shall issue a
certificate for the value of the work done and Materials ordered less advance
payments received up to the date of the issue of the certificate and less the
percentage to apply to the value of the work not completed. Additional Liquidated
Damages shall not apply. If the total amount due to the Procuring Entity/Owner
exceeds any payment due to the Contractor, the difference shall be a debt payable to
the Procuring Entity/Owner.
-----------------------------------------------------------------------------------------------------------------------------------------------------------
Special Conditions of Contract Page 14 of 14
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
additional Clause 27– Payment on Termination
27.2 If the Contract is terminated for the Procuring Entity’s/Owner’s convenience or
because of a fundamental breach of Contract by the Procuring Entity/Owner, the
Procuring Entity’s Representative/Project Manager shall issue a certificate for the
value of the work done, Materials ordered, the reasonable cost of removal of
Equipment, repatriation of the Contractor’s personnel employed solely on the Works,
and the Contractor’s costs of protecting and securing the Works, and less advance
payments received up to the date of the certificate.
27.3 The net balance due shall be paid or repaid within twenty eight (28) days from the
notice of termination.
27.4 If the Contractor has terminated the Contract under GCC Clauses 18 or 19, the
Procuring Entity/Owner shall promptly return the Performance Security to the
Contractor.
Project :
Location :
Owner :
GENERAL REQUIREMENTS Php
BILLS OF MATERIALS Php
NET BID PRICE Php
VALUE ADDED TAX Php
TOTAL BID PRICE Php
CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)
SUMMARY OF BID
TUBBATAHA REEFS NATURAL PARK RANGER STATION
Cagayancillo, Palawan
TUBBATAHA MANAGEMENT OFFICE
Summary of Bid
CP-01: General Construction Works
Tubbataha Reefs Natural Park Ranger Station
Page 1 of 1
Bid Documents - July 2015
Prepared by: Rider Levett Bucknall Phils., Inc.
Section 8
GGeenneerraall RReeqquuiirreemmeennttss ((iinncclluuddeedd iinn BBiillllss ooff MMaatteerriiaallss))
Trade Preambles Page 1 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
TTRRAADDEE PPRREEAAMMBBLLEESS
A. General
1.0 All descriptions in the Bills of Quantities / Bills of Materials which are not
comprehensive shall be deemed to have been read in conjunction with these
Preambles, Specifications, Drawings, Schedules and any other documents for details
which are relevant to the Whole of the Works for this Project.
2.0 All materials and workmanship shall be the best of its respective kind, and shall be
equal to or better than the specified quality, and the rates shall include for work being
carried out in accordance with the appropriate Specification.
3.0 The rates for “materials” shall be the net cost of the material required by the item
and shall be inclusive of waste and delivery but exclusive of overheads, profit and
value added tax (as this is reflected under the Summary of Bid only).
4.0 The rates for “labor” shall be the direct cost of labor required for the cutting,
assembly, positioning, installation, the use of all plant, tools and equipment,
supervision and fixing of the item and shall be exclusive of overheads, profit and
value added tax (as this is reflected under the Summary of Bid only).
5.0 The rates for “others” shall include the following:
• Profit and Overhead charges;
• Anything that can be reasonably inferred from the description of the item or
indispensably necessary thereto;
6.0 The cost for value-added tax (VAT) shall be included in the Total Bid Price and
reflected in the Summary of Bid. VAT shall not be incorporated in the unit rates.
7.0 The term "as described" contained in the Bills of Quantities/Materials refers to the
materials and workmanship described on the Drawings, in the relevant Specification,
in these Preambles and any other documents for details which are relevant to the
Whole of the Works for this Project.
B. Excavation
1.0 The Contractor is deemed to have visited the Site and acquainted himself with the
nature of the soil or materials to be excavated.
2.0 Rates for excavation are to include for excavating in any material found, including
rock and boulders.
3.0 Disposal shall mean disposal off the Site by the Contractor unless otherwise stated.
The Contractor shall find the dumpsite and pay for all charges in connection
therewith.
4.0 The volume of excavation measured for a structure or foundation shall be the net
volume, which is to be either occupied by, or vertically above any part of the structure
or foundation.
Trade Preambles Page 2 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
B. Excavation (continued)
5.0 Rates for “others” for excavation shall include:
a) Up-holding the sides of excavation;
b) Working space as required by the Contractor;
c) Excavating any material by any means;
d) Trimming, leveling or grading and compacting the bottoms and trimming the
sides, and where over-excavated, filling with specified lean concrete;
e) Supporting existing pipes, ducts and the like;
f) Hand excavation where necessary;
g) Everything indispensably necessary.
6.0 Multiple handling of excavated material is deemed to be allowed for in the rates
inserted by the Contractor.
7.0 The measurements for all earth and stone filling and back filling shall be the net
volume of those voids to be filled and the rates are to include for:
a) Filling and compacting in layers as specified;
b) Any variation in bulk before and after compaction;
c) Any additional material required allowing for compaction;
d) All necessary hand packing at steps, thickness behind walls or similar
positions.
8.0 The rates for filling shall include laying to falls and cambers as required.
9.0 When disposing of excavated material or transporting stone to the Site, the rates for
same are to include for taking the following precautions to prevent material being
deposited on the roads during haulage.
a) All trucks shall have properly fitted and secured sides and tail board;
b) The truck shall only be filled to the same height of the side’s boards;
c) Employing labor at the Site, and dump site to clean the wheels of the truck
prior to entering roads, and for cleaning roads affected by any deposits which
fall from the truck.
C. Concrete Works
1.0 Precast, plain and reinforced concrete shall be measured separately.
2.0 The whole of the concrete work shall be executed in accordance with the relevant
specification clauses, and to the best trade practice.
Trade Preambles Page 3 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
C. Concrete Works (continued)
3.0 The rates for “material” shall be the net cost as before described.
4.0 The rates for “others” shall include:
a) Handling, hoisting, lowering, and waste;
b) Placing, fixing, and use of plant tools and equipment;
c) Establishment charges, profit and overheads;
d) Tamping, consolidating, vibrating, curing and protection;
e) All samples and testing requirements, including trial mixes and submission of
test cubes for testing;
f) Construction joints;
g) Starter bars for columns and walls;
h) Concrete bonding agent if required;
i) Water reducing admixtures where required;
j) Curing, hardening and sealing agents as required;
k) The use of various types of cement;
l) Laying level or to falls, in alternate bays including formwork between bays;
m) Finishing the surface level or to falls and cambers;
n) Floating, trowelling, scratching, brooming, curing, hardening, and sealing.
5.0 The rates for “others” for water stops shall include the following:
a) Joints in the running lengths;
b) Handling, hoisting, lowering, and waste;
c) All fixings, temporary or permanent;
d) Everything indispensably necessary thereto.
6.0 Steel bar reinforcement shall be measured net as shown on the Drawings or the bar
bending schedule, including splices, laps, and hooks at ends.
7.0 The rates for “others” for steel bar reinforcement shall include the following:
a) Allowance for rolling margin;
b) Cutting to length, waste and bending as required;
c) Hoisting, lowering and fixing in position;
Trade Preambles Page 4 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
C. Concrete Works (continued)
d) Tying with approved tying wire;
e) Positioning and supporting with and including all spacers, chairs, supports,
hangers or other subsidiary reinforcement not included in the measured
weight, or precast concrete or proprietary spacers;
f) Supervision and all costs in connection therewith;
g) The provision of test certificates and the provision and submission of
reinforcement for testing.
8.0 Bar reinforcement shall be calculated and paid for at the following standard weights
per linear meter, regardless of actual weight.
DIAMETER KG/M.
6mm 0.222
8mm 0.395
10mm 0.616
12mm 0.888
16mm 1.579
20mm 2.466
25mm 3.854
28mm 4.834
32mm 6.313
36mm 7.990
40mm 9.864
9.0 Steel mesh reinforcement shall be measured net with no allowance for laps.
10.0 The rates for steel mesh reinforcement shall be inclusive of all laps, waste, cutting
around, notchings, obstructions, slopes and the like, and all material, labor,
supervision, etc. as before.
11.0 The rates for materials, labor and others for formworks shall be as described on item
A, which shall include the following and apportioned to whichever they are deemed
part of.
a) Supplying the necessary material, supports, etc;
b) Erecting and strutting up and exceeding 3.50 meters high unless otherwise
stated;
c) All necessary strutting for all cambers required on beams, slabs, etc;
d) Making allowance for all cambers required on beams, slabs, etc;
Trade Preambles Page 5 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
C. Concrete Works (continued)
e) Straight, circular and raking cutting and waste, splayed edges, notchings,
allowance for overlaps and passings at angles, battens, fillets for chases,
drips, grooves, recesses, and the like (other than for formwork to form
ornamental features in self-finished concrete surfaces), rebates, chamfered
and rounded or molded edges, splayed angles and the like and stops to
chamfers, rounded or molded edges and splayed edges;
f) Coating with mold oil, mold liquid, lime white or other required form work
release agents;
g) Forming cavities and holes for pipes, etc. not exceeding 150mm diameter and
for openings not exceeding 0.025 square meter sectional area;
h) Obtaining and fixing in position all bolts, fixings, cores, pipe sleeves or other
approved ferrules and any other inserts necessary;
i) Shuttering simultaneously as many floors as may be necessary for the
continuous and expeditious progress of the work to the satisfaction of the
Project Manager;
j) Easing, striking and removal.
12.0 Wherever formwork is described as "to produce ordinary formed surface finish" such
term shall be held to include any work required to produce the surface finish as
required by the Specification.
13.0 Wherever formwork is described as "to produce a fair face finish" such term shall be
held to include any smooth fair faced finish as specified and the rates are further to
include for forms to be closed jointed to produce a smooth finished appearance in the
concrete surface, free from board marks, voids, holes and other imperfections and
any such marks are to be carefully rubbed down and any holes filled with bead filler
as specified. Fillets or battens to form grooves, rebates, ribs, etc., as features in fair
face concrete have been measured.
14.0 Where steel forms are specifically required to be used in producing a fair face finish,
the rates are further to include for formwork of an approved material at margins of
irregular shape or size such as intersections with other concrete members,
projections, voids, openings and the like.
15.0 The rates for precast concrete works and precast pre stressed concrete works are to
include for all molds, finishing exposed surfaces with a self-finished concrete surface
as herein previously described using additional cement, or leaving rough to receive
finishings, the formation of all angles, miters and ends and stoolings, etc., hoisting
and building in, bedding and pointing in cement mortar, for all temporary supports,
lifting devices and any additional reinforcement required for lifting.
D. Masonry Works 1.0 Unless otherwise described the whole of the masonry work, which includes block
work, brickwork and stone, shall be executed in accordance with the relevant
Specification Clauses.
Trade Preambles Page 6 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
D. Masonry Works (continued)
2.0 The rates for materials, labor and others for masonry works shall be as described on
item A, which shall include the following and apportioned to whichever they are
deemed part of.
a) Waste, cutting, bonding, mortar, etc;
b) Everything indispensably necessary to the items;
c) All other charges as is deemed necessary.
3.0 The rates for reinforced hollow block work are to include for the reinforcement as
before described.
4.0 The rates for faced masonry work are to include for keeping the work perfectly clean
during the progress of the Works, and any special jointing or tooling required.
E. Drainage and Utility Ducting
1.0 Unless otherwise stated the whole of the drainage work shall be executed in
accordance with the relevant Specification Clauses.
2.0 The Preamble Clauses of excavation, concrete and masonry work equally apply to
this section.
3.0 The rates for drainage work shall include every cost or charge of all things
indispensably necessary to execute the work to the entire satisfaction of the Project
Manager, in addition to:
a) The erection of proper site rails;
b) Working space where required;
c) Backfilling and carting away surplus excavated material;
d) Trimming bottoms of trenches to levels and falls, and filling with lean concrete
if over excavated;
e) Material, labor, supervision, and all costs in connection therewith;
f) Cutting and waste and jointing to soil and ventilating pipes, gullies, and the
like, etc;
g) Plugging open ends of pipes and ducts;
h) Laying in of approved heavy-duty pull wire in ducting;
i) The provision and fixing of all brackets required for fixing to manhole sides,
walls, etc;
j) Building in and making good ends of pipes to manhole sides and jointing to
channels;
Trade Preambles Page 7 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
E. Drainage and Utility Ducting (continued)
k) Cutting and forming perforations through any material, of walls, floors, etc.
and making good including providing and fixing all necessary sleeves.
4.0 The rates for gullies, fitting traps, etc. are to include for the additional cutting on the
pipe and all additional joints.
5.0 The rates for pipes, ducts and fittings are to include for the provision and submission
of pipes, ducts, and fittings for testing.
6.0 The rates for work in concrete beds are to include for formwork where deemed
necessary.
F. Finishes
1.0 Unless otherwise described the whole of the finishes work shall be executed in
accordance with the relevant Specification Clauses.
2.0 The rates for “material” shall be the net cost as before described.
3.0 The rates for “others” shall include:
a) Narrow widths;
b) Temporary formwork and rules, edge boards and the like;
c) Laying or executing work in bays or between division or panel strips;
d) Bringing to a true and even surface;
e) Laying or finishing work to flat surfaces, slopes, falls currents;
f) Joints and recessed joints between different finishes;
g) Groin joints and other intersections of curved surfaces;
h) Finishing or cutting around holes and openings, etc;
i) Tile Adhesive and bonding agents, sealer coatings;
j) Covering up and protecting where necessary until completion of the Contract;
k) Cleaning down and making good any damage from whatsoever cause and
upon completion;
l) Any other sundry items of a like nature;
m) Any other matter indispensably necessary.
Trade Preambles Page 8 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
F. Finishes (continued)
Notes on prime cost (P.C.) supply rates and prices (insofar where applicable)
n) Where P. C. rates are quoted for finishings in the Sections and Bills of
Quantities, three items have been allowed in the Bill of Quantities/Materials.
One item for supply including allowance for wastage of the tile, carpet, slab or
block finishing materials, one for profit (upon the supply cost) and another for
fix/lay only (or fix only or lay only) including all cutting and forming edge and
surface finishes, the provision of bedding, jointing and pointing materials,
fixing devices, proprietary pedestal system, accessories such as tile trims,
edge profiles, seals, etc for tile, carpet, slab and block finishing.
o) The unit quantities stated in the Sections and Bill of Quantities/Materials for
all items are net, as fixed in place, measured over all joints and in accordance
with RLB Rules of Measurement and these preambles.
p) The P.C. supply rates and prices stated in the Sections and Bill of
Quantities/Materials are for a unit quantity of the materials closely butted
together with no gaps between. The Contractor shall make allowance in his
supply and waste rates and prices for the materials being spaced apart in
accordance with the joint width stated.
q) The P.C. supply rates and prices for stone work are based upon the area
covered as mounted.
r) The Contractor must allow in the rates and prices which he inserts against
supply for all additional quantities that need to be ordered due to the method
of measurement, wastage, cutting and forming edge and surface finishes,
forming grooves and drilling holes for inserts and fittings, loss, provision of
samples and to maintain a sufficient stock of consistent colour tone for
rectification works during the Maintenance Period.
s) The P. C. supply rates and prices quoted include for delivery to Site and
unloading at ground level in an area accessible to delivery vehicles. The
Contractor shall include in his rates and prices for supply and waste items for
unloading using fork-lift lorries if necessary in the event delivery container
trucks are unable to enter the Site. The Contractor shall also include for all
further handling, storing and distributing about the Works and returning
packing materials to the supplier (including paying transport charges and
obtaining credits therefore).
t) Materials subject to P.C. supply rates and finishings subject to P.C. supply
and supply/install rates will be selected by the Interior Designer/ Owner at a
price agreed between the Owner and the supplier after deduction of all
discounts. Such suppliers shall be deemed to be direct suppliers of the
Contractor.
u) Immediately after the selection, the Contractor shall quantify and place orders
for the materials. The ordering of and accounting for proper quantities is a
matter solely between the Contractor and supplier.
Trade Preambles Page 9 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
F. Finishes (continued)
v) The Contractor’s supply and the waste rates and prices are to make
allowance for the area occupied by joints when fixed in place and to include
for materials at the P.C. supply rates and P.C. supply and apply or P.C.
supply and install rates stated; additional quantities for wastage etc as
mentioned above; absence of discount; administrative’ costs; financing
charges for payment to suppliers; complying with the above clauses and all
other costs in connection with the supply of P.C. supply rate materials and
P.C. supply and apply or P.C. supply and install rate materials.
w) Where P.C. supply rates are quoted for finishes and finishings in these
documents, in the valuation of variations and final account, the rates and
prices inserted by the Contractor against the items of supply and waste and
profit will be adjusted pro rata to the relationship which the actual rate for
supplying materials, as agreed between the Owner and supplier, bears to the
P.C. supply rates and prices stated in the Bill of Quantities and Schedule of
Finishes respectively.
x) Where P.C. supply and apply or P.C. supply and install rates are quoted for
finishes and finishings in these documents, in the valuation variations and
final accounts, the rates inserted by the Contractor against the items of:
(i) Supply, apply/Install and waste; and
(ii) Profit in the Bill of Quantities/Materials will be adjusted pro rata to the
relationship which the actual rate for supplying and applying/installing
finishes and finishings, as agreed between the Owner and supplier, bears
to the P.C. supply and apply/install rates stated in the Bill of
Quantities/Materials and Schedule of Finishes respectively.
aa) The Contractor is to note that the rates and prices inserted for the laying of
tile, carpet, slab, block, board or sheet finishings shall remain, irrespective of
the actual sizes of tile, carpet, slab, block, board or sheet finishings selected
under the P.C. supply rate or P.C. supply and apply rate or P.C. supply and
install rates.
bb) The Contractor is to note that the rates and prices inserted for the laying of
tile, carpet, slab, block, board or sheet finishings shall include for the laying of
all accent/border/corner tile, carpet, slab, block and board or sheet finishings
within a similar area.
G. In-Situ Finishes and Screeds
1.0 The rates for in-situ finishes and screeds are in addition to include for:
a) Cleaning off and wetting surfaces and washing concrete surfaces with cement
grout if the concrete has hardened;
b) Filling or sanding of irregularities in the surface being covered and to form
coves, splays and the like;
c) Internal angles, arrises, fair edges, throats, drips and the like, coves, and
rounded external angles not exceeding 25mm radius;
Trade Preambles Page 10 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
G. In-Situ Finishes and Screeds (continued)
d) Laying or finishing work around and over underground cable ductings;
e) Angles, miters, stops, intersections, fair ends, junctions, wreathed corners
and the like on cornices, moldings, enrichments, coves, skirtings, throatings,
gutters, channels, strings, curbs and similar and sundry items of a like nature;
f) All making good up to the frames and metal work, around pipes, brackets and
similar items and dishings to outlets;
g) Any other sundry labors of a like nature to the foregoing;
h) Additional cement, if permitted by the Specification, for trowelling to a
smooth surface all pavings, rendering, etc;
i) The extra cost of working at night if required where finishes or screeds are to
be applied monolithically to the concrete base before concrete initially sets.
H. Tile, Slab and Sheet Finishes
1.0 The rates for “others” in tile, slab and sheet finishes are in addition to include for:
a) Laying in colors and patterns as required and approved by the Project
Manager and for all cutting and waste for forming equal margins and angles
at corners. etc;
b) Internal angles, arises, fair edges and equal margins;
c) Miters, stops, intersection, fair ends, junctions, wreathed corners and the like
on molding, coves, skirtings, gutters, channels, strings, curbs and similar
except where special tiles or fittings are required;
d) Cutting and fitting up to frames and metal work around pipes, bracket ends
and the like and dishing to outlets.
I. Ceilings and Beams Finishes
1.0 The rates for all work to ceilings and beams are to include for working exceeding
3.50 meters from the floor unless otherwise stated.
J. Carpeting
1.0 The rates for materials, labor and others for carpeting shall be as described on item
A, which shall include the following and apportioned to whichever they are deemed
part of.
a) Supervision and all costs in connection therewith;
b) All underlay, edging or cover strips and carpet grip, etc. of approved quality;
c) All carpeting to returned ends, rounded ends and quadrant ends, etc;
d) All square, raking and curved cutting including cutting around pipes, tubes,
and conduits notching rounded corners and forming openings, etc.
Trade Preambles Page 11 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
K. Metal Lathing and Plaster Board Finishes
1.0 The rates for “others” in all metal lathing, plaster board and similar sheet wall or
ceiling lining are to include for all cutting and laps (if any) holes and notchings and
any other sundry items of a like nature and making good.
2.0 The rates for “others” in all plaster work and other floor, wall and ceiling finishes are
to include for sample panels set up for the Owner, Project Architect or Interior
Designer’s approval prior to the commencement of any work.
3.0 The rates for “others” in division and cover angles and strips at expansion joints to
finishes and pavings are to include for cutting to required lengths, splay cut ends,
drilling, fixing with matching screws and for countersinking the heads of all exposed
screws.
4.0 The rates for “others” in gypsum plaster board are to include for all fixings,
preparation of cut edges and forming scrimmed joints as described.
5.0 The rates for mineral wool and fiberglass blankets are to include for cutting to sizes,
stitching up edges, hanging and overlapping.
L. Roofing
1.0 The rates and prices are to include for:-
a) All laps.
b) Narrow widths, small quantities, temporary rules, covering up, protecting after
laying and cleaning on completion.
c) Straight, skew, raking and circular cutting at eaves, verges, top edges,
abutments, valleys and hips and matching colored mortar.
d) Cutting holes, fitting and working around pipes, outlets, standards, nails,
screws, clips, pellets, straps and the like and making good.
e) Chasing the structure for burning-in or tucking in edges of coverings,
flashings and the like.
f) Bedding and pointing eaves fillers and verges to profiled sheet roofing and
cladding.
g) Ends, angles and intersections to flashings, aprons, cappings, gutters,
hollows, condensation channels and moldings.
h) Supply and installing membrane collars/seals and waterproofing around
membrane collars/seals for pipes, traps, gullies, gratings and the like.
i) Proprietary angle strips at internal and external angles and edges of slabs.
j) Other sundry items of a like nature.
Trade Preambles Page 12 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
L. Roofing (continued)
Rates and prices for sheet metal roofing shall additionally include for:-
a). Welted edges, beaded edges, wedging into grooves, burned or brazed
angles, welted seams, burned or brazed seams and the like.
b). Dressing into hollows, condensation channels and over moldings and the
like.
c). Dressing over glass and glazing bars, corrugated roofing, roman tiling,
pantiling and similar materials, drips, bolts and the like.
d). Bossed, burned, brazed or capped ends, angles and intersections to rolls,
hollows, condensation channels, moldings and the like.
e). Dressing into outlet pipes, dishing to gullies and the like.
M. Carpentry and Joinery 1.0 All work deemed to be sawn
All carpentry work shall be deemed to be left with a sawn surface unless described
as “wrot”.
2.0 Carpentry
The rates and prices are to include for:-
a) Short lengths.
b) Cutting, notching, boring, sinking, pelleting, fitting, trimming, mitring, halving,
morticing, tenoning, dovetailing, scarfing, wedging, and all labor in forming
and drilling for bolts.
c) All ends.
d) Splayed edges.
e) Temporary supports.
f) Approved preservative treatment.
g) Fixing in position complete with nails, screws or adhesives.
h) Sundry items of a like nature.
3.0 Wallboard, hardboard and plywood and other materials of a like nature where used
for lining ceilings, walls, jambs, fittings and the like rates
Trade Preambles Page 13 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
M. Carpentry and Joinery (continued)
The rates and prices are to include for:-
a) Small quantities.
b) All cutting.
c) Forming holes for pipe.
4.0 Joinery timber
All joinery timber shall be kiln-dried, wrot, selected and left clean for staining or clear
finish.
5.0 Contrary to SMM
a) Labors to edges of shelving have not been included in the description, nor
described separately. Rates and prices for shelving are to include for all
labors to edges.
b) Skirtings, cornices, cappings, picture rails and dado rails have not been
described as planted on, plugged or glued. Rates and prices are to include
for fixing with nails, screws, glue and plugging as required.
c) Treads and risers are measured separately in m.
6.0 Rates and prices to include
The rates and prices are to include for:-
a) Nailing, screwing and gluing.
b) Plugging including shot fired fixings where approved, or casting in or
morticing for and inserting fibrous or other approved inserts; building in
concrete fixing blocks to hollow block partitions.
c) Short lengths.
d) Cutting and notching.
e) Holes.
f) Fair, fitted, returned, shaped and housed ends.
g) Mitring.
h) Angles, junctions, heading joints and tongued angles.
i) Splays, chamfers, rounded edges, rebates, grooves and the like including
stops and working cross-grain.
j) Approved preservative treatment.
Trade Preambles Page 14 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
M. Carpentry and Joinery (continued)
k) Fitting and hanging.
l) For board flooring to be fixed on pedestal systems: pedestal system is not
measured nor described separately; rates and prices for flooring shall include
proprietary pedestal system, pedestals, clips, dowels, ties, brackets, sub-
frames, battens, fixings accessories, extra materials and labour in forming
grooves and drilling holes in timber for inserts and other necessary
connections, fittings and the like.
m) Other sundry items of a like nature.
N. Ironmongery
The rates and prices are to include for:-
a) All fixing and accessories and other things necessary for the complete and
satisfactory installation and maintenance.
b) Supply and installing master key system and grand master key system for key
locks.
c) Cutting, sinking, boring, morticing and the like and fitting with matching
screws.
d) Providing blockings for fixing to hollow metal frames.
e) Bolts, explosive tool fastenings and other metal anchors, fastenings and the
like required for fixing ironmongery.
f) Oiling, easing and adjusting all moving parts and leaving in perfect working
order.
g) Taking off and refixing after painting where necessary.
h) Rates and prices for locks shall additionally include for supplying and fixing
temporary construction locks and removal and refixing with permanent locks
upon completion of the works.
i) Handing the keys properly labeled to the Owner on completion.
O. Metal Work
1) Welding
All welds which will be visible in completed work are to be ground to a smooth
finish flush with adjacent surfaces.
Trade Preambles Page 15 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
O. Metal Work (continued)
The rates and prices to include for:-
a) Allowances for rolling margins and the weight of welding materials.
b) Cutting, notching, mitring, scribing, welding, fabricating, hot dipped
galvanizing (where applicable), drilling, delivery, unloading, handling,
assembling, hoisting, fitting and fixing in position, bedding, filling in
solid and pointing including necessary lugs or other attachments.
c) Nuts and washers to bolts.
d) High strength non-shrink cementatious grouts, grouting bolts, anchors,
fastenings, connectors and the like.
e) Protection such as wrapping finished work with paper, coating with
grease or carrying out such other protective measures as may be
required and removing and cleaning on completion.
f) Providing samples and testing as required.
g) Preparation of shop drawings.
h) The rates and prices for railings, handrails and balustrades shall
additionally include for ramps, wreaths, bends, angles, end cappings,
brackets, anchor bolts, fastenings, base plates, cover plates, fixing
accessories and the like.
Additionally, the rates and prices for system ceilings are to include for:-
i) Narrow widths and small quantities.
j) Raking and circular cutting.
k) Forming and supplying proprietary access panels as required and
openings for fittings, diffusers, light fittings, light coves, speakers and
the like including providing specified or approved proprietary framing,
trimming and additional supports.
l) Edge trims and molded edgings.
2) Ironwork
The rates and prices for ironwork shall include for preparing, sand/grit blasting
to remove rust, priming with one coat of red lead primer before delivery, and
all additional touch-up to primer after erection.
Trade Preambles Page 16 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
O. Metal Work (continued)
3) Specialist Contractor Designed Aluminum Works
The rates and prices are to include for:-
a) In respect of aluminum works: Everything for the complete design,
supply and installation including all supports, fixing accessories,
closure panels, plaster stops, cladding panels, head jamb, sill, lining,
finishing stop angles, flashings, cappings, matching hardware,
ironmongery, weather stripping opening lights, packing around and
into frames with cement mortar and pointing externally with sealant
properly caulked.
b) In respect of glazing: Everything necessary for the complete
installation including glazing beads, gaskets, glass adaptors, setting
blocks and glazing sealants.
c) In respect of insulation: Everything necessary for the complete
installation including supports and fixing accessories.
d) In respect of swing doors: Double action floor springs and locksets.
e) Professional Engineer’s designs, calculations and endorsements,
where applicable.
P. Glazing
Including Glazed Panels, Walls and Entrances
The rates for “materials” shall be the net cost as before described.
Rates and prices to include
a) The rates and prices for glazed panels, walls and entrances shall include for:
i) Everything required in and for the complete design, supply and installation
including all cutting; notching; mitring; welding; fabricating; drilling; delivery;
unloading; handling; assembling; lifting; fitting and fixing in position; bedding,
filling in solid around and into frames with cement mortar and pointing
externally with sealant properly caulked; additional metal framing supports,
sections, brackets, plate backing and the like necessary as the support for the
glazed panels, walls, entrances and door insulation; bolts, anchors,
fastenings, connectors and the like; gaskets; seals; flashing; sealant; sealant
backing material; insulation; fire safe insulation, smoke stopping; sound
deadening; hardware; ironmongery; and weather stripping around opening
lights; and all other necessary attachments, accessories and fixing.
ii) Providing samples; mock-ups; engineering design; calculations and testing as
required.
iii) Protection as specified and carrying out such other protective measures as
may be required; and removing and cleaning on completion.
Trade Preambles Page 17 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
P. Glazing (continued)
iv) Preparation of preliminary and shop drawings.
v) Aligning patterned and wired glass.
vi) Springs, blocks, setting blocks, locating blocks, distance pieces and the like
accessories for fixing.
vii) Cleaning off protective wax or tape coating in rebates prior to glazing
windows, screens and doors.
viii) Sealing compounds and putties as recommended by their manufacturers.
ix) Fixing, sprigging to wood, bedding to front, back and edges of panes.
x) Replacing scratched, cracked and broken glass.
xi) Professional Engineer’s design, calculations and endorsements, where
applicable.
b) The rates and prices for glazed panels shall additionally include everything
required In and for the complete design, supply and installation including
grinding, polishing and swiping edges; glazing beads; gaskets; glass
adaptors; setting blocks; glazing sealants; replacing scratched, cracked and
broken glass; cleaning and polishing; and all necessary protection.
c) The rates and prices for doors shall include for all necessary finishes; frames;
hardware; ironmongery; fittings and accessories,
Q. Painting and Decoration 1.0 Unless otherwise described the whole of the painting and decoration work shall be
executed in accordance with the relevant Specification Clauses.
2.0 The rates for “materials” shall be the net cost as before described.
3.0 The rates for “others” in painting works, etc. to include for:
a) All preparation of surfaces including wash down, broom down, scrape or wire
brush, etc. and stopping to plastering surfaces as required;
b) Rubbing down before each coat;
c) All multi-color work and cutting to line;
d) Applying primary coats on new work before the articles are fixed or built in;
e) The cost of setting up tints and colors for approval, if required;
f) The cost of analysis of paint, if required;
g) Painting beads, hinges and other fittings, brackets, stays, bolts, lugs and the
like with which they are associated;
Trade Preambles Page 18 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
Q. Painting and Decoration (continued)
h) Protecting all work, fittings, furniture, etc. during the execution of the painting,
removing all splashes from floors, skirtings, walls, etc. and leaving clean and
perfect on completion;
i) Removing all articles of ironmongery, hardware and similar before painting
and replacing after the painting is complete.
4.0 The rates for “others” in paint work to metal windows and doors are, in addition, to
include for painting on opening edges and all surfaces of frames, mullions, transoms,
sills and the like.
5.0 The rates for “others” in paint work to wood sashes, wood casements, glazed wood
screens and the like are, in addition, to include for painting on opening edges.
6.0 The rates for “others” in paint work to wallpaper work are, in addition, to include for
cutting and fitting paper around holes and openings, pipes, switches, brackets and
the like.
R. Ventilation 1.0 Equipment
All equipment must be complete with accessories, vibration isolators to all moving
equipment, supports, markings, nameplates, electrical connections, controls,
attenuators, miscellaneous and all consumables necessary to complete the work.
2.0 Air Distribution
Ductworks shall include turning veins, access doors, test ports, supports, hangers,
volume control dampers, fire dampers, markings, bracings, ramset pins, sealants,
sleeves, allowance to flexible connections and other miscellaneous items as deemed
necessary to complete the system.
Duct accessories shall include access doors, fittings, miscellaneous and
consumables.
Air inlet and Outlet shall include plenum box, rubber booth, fittings, accessories,
miscellaneous and all consumables.
3.0 Insulations
Insulations shall include adhesives, straps, vapor barrier, cladding (as required),
miscellaneous and consumables.
4.0 Controls
Controls shall include starters, pushbuttons, switches, metering, markings, labeling,
miscellaneous, consumables and other accessories required to complete the system.
Trade Preambles Page 19 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
S. Air-Conditioning
1.0 Equipment
The equipment must be complete with accessories, vibration isolators to all moving
equipment, supports, markings, nameplates, electrical connections, controls,
miscellaneous and all consumables to complete the work.
2.0 Pipes and Fittings
Pipes shall include supports, hangers, markings and color-coding, painting, seismic
restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for
pipes installed underground, miscellaneous and consumables.
Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting;
color coding, markings, miscellaneous and consumables.
3.0 Pipe Specialties
Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting,
color coding, markings, miscellaneous and consumables.
4.0 Air Distribution
Ductworks shall include turning veins, access doors, test ports, supports, hangers,
volume control dampers, fire dampers, markings, bracings, ramset pins, sealants,
sleeves, allowance to flexible connections, consumables and other miscellaneous
items as deemed necessary to complete the system.
Duct accessories shall include access doors, fittings, miscellaneous and
consumables.
Air inlet and outlet shall include plenum box, rubber booth, fittings, accessories,
miscellaneous and all consumables.
5.0 Insulations
Insulations shall include adhesives, straps, vapor barrier, cladding (as required),
miscellaneous and all consumables.
6.0 Controls
Controls shall include starters, pushbuttons, switches, metering, markings, labeling,
miscellaneous, consumables and other accessories required to complete the system.
T. Sanitary and Plumbing Works
1.0 Equipment
All equipment must be complete with accessories, vibration isolators to all moving
equipment, supports, markings, nameplates, electrical connections, controls,
miscellaneous and consumables necessary to complete the work.
Trade Preambles Page 20 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
T. Sanitary and Plumbing Works (continued)
2.0 Pipes and Fittings
Pipes shall include supports, hangers, markings and color-coding, painting, seismic
restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for
pipes installed underground, miscellaneous and consumables.
Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting;
color coding, markings, miscellaneous and consumables.
Insulation shall include adhesive, straps, vapor barrier, cladding (as required),
miscellaneous and consumables.
3.0 Pipe Specialties
Valves, strainers, flexible coupling shall include mechanical couplings, flanges,
gaskets, bolts and nuts, miscellaneous, consumables, and others wherever
necessary to render the system complete.
Floor outlet shall include fittings, cover, sealant, miscellaneous and consumables.
4.0 Toilet Fixtures
Toilet fixtures shall include all necessary fixing materials and accessories not
provided by the Supplier.
U. Fire Protection Works
1.0 Equipment
All equipment must be complete with accessories, vibration isolators to all moving
equipment, supports, markings, nameplates, electrical connections, controls,
miscellaneous and consumables.
2.0 Pipes and Fittings
Pipes shall include supports, hangers, markings and color-coding, painting, seismic
restraints, sleeves, mechanical couplings and gaskets, excavation and backfilling for
pipes installed underground, miscellaneous and consumables.
Fittings shall include mechanical coupling, flanges, bolts and nuts, gaskets, painting,
color coding, markings, miscellaneous and consumables.
3.0 Sprinkler Heads
The installation of sprinkler heads shall include all fittings, escutcheon plate,
miscellaneous items and consumables necessary to complete the work.
4.0 Control Valves and Accessories
All control valves and accessories shall include mechanical coupling, flanges,
gaskets, bolts and nuts, miscellaneous, consumables and other items wherever
necessary to complete the system.
Trade Preambles Page 21 of 21
CP-01: General Construction Works (Main Module) Bid Documents – July 2015
Tubbataha Reefs Natural Park Ranger Station Prepared by: Rider Levett Bucknall Phils., Inc.
V. Electrical Works
1.0 Equipment
All equipment must be complete with the necessary accessories, mounting supports,
markings, nameplates, terminal lugs, miscellaneous and all consumables necessary
to complete the work.
2.0 Conduits and Fittings
All electrical conduits shall include supports, hangers, markings and color-coding,
painting, sleeves, pullwires, miscellaneous and all consumables necessary to
complete the work. The work also includes excavation and backfilling with concrete
encasement for pipes installed underground.
Fittings shall include connectors, color coding, miscellaneous and consumables.
3.0 Wires, Boxes and Wiring Devices
Wires shall include markings, labeling, color coding, protection, miscellaneous and
consumables.
Boxes and wiring devices shall include necessary fittings, miscellaneous and
consumables.
Lighting fixtures shall include lamp/s, supports, fittings and other necessary
accessories not covered by the Supplier.
W. Testing and Commissioning of Works
The Contractor shall conduct testing and commissioning of all facilities included in
this work in accordance with the guidelines and procedures required by the Project
Manager, Owner and the Design Consultant.
All testing equipment and instruments, shall be calibrated at regular intervals as
stated by the manufacturer and the rates including miscellaneous items and
consumables necessary to complete the work shall be shouldered by the Contractor.
The usage of water, electricity including all necessary equipment required during
testing and commissioning shall be included in the Bill of Preliminaries/ General
Requirements, Clauses 27and 28 and General Conditions of Contract, Clause 2.9.
Project : TUBBATAHA REEFS NATURAL PARK RANGER STATION
Location : TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
ITEM NO. MATERIALS LABOR EQUIPMENT TOTAL - DIRECT
COST
I Division 1 - General Requirements
1.1 Equipment Rental and Scaffoldings {Sub-Total} {Sub-Total} {Total 1.1}
1.2 Provision of Service Vehicle {Sub-Total} {Total 1.2}
1.3 Field/Laboratory Office and Living Quarters (Rental Basis) {Sub-Total} {Sub-Total} {Total 1.3}
1.4 Assistance to the Engineers {Sub-Total} {Sub-Total} {Sub-Total} {Total 1.4}
1.5 Photographs {Sub-Total} {Total 1.5}
1.6 Health and Safety {Sub-Total} {Sub-Total} {Total 1.6}
1.7 Environmental Compliance {Sub-Total} {Sub-Total} {Total 1.7}
1.8 Communication Equipment {Sub-Total} {Sub-Total} {Total 1.8}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total I}
II Division 2 - Existing Condition
2.1 Survey Works {Sub-Total} {Sub-Total} {Sub-Total} {Total 2.1}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total II}
III Division 3 - Concrete Works
3.1 Formworks {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.1}
3.2 Reinforcing Rebars {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.2}
3.3 Concrete {Sub-Total} {Sub-Total} {Sub-Total} {Total 3.3}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total III}
IV Division 4 - Masonry Works
4.1 Masonry Works {Sub-Total} {Sub-Total} {Total 4.1}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total IV}
V Division 5 - Metals
5.1 Structural Metal Framing {Sub-Total} {Sub-Total} {Sub-Total} {Total 5.1}
5.2 Metal Fabrications
5.2.1a {Sub-Total}Observation Area/Museum Metal Railing
SUMMARY OF COSTS
SCOPE OF WORK
5.2.1a {Sub-Total}
5.2.1b Planter Box {Sub-Total}
5.2.1c Viewing Deck Perimeter Safety Railing {Sub-Total} {Total 5.2}
5.2.1d Retractable Steel Ramp with Modular Float {Sub-Total}
5.2.1e Concrete Slab Steel Form decking {Sub-Total}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total V}
VI Division 7 - Thermal and Moisture Protection
6.1 Waterproofing {Sub-Total} {Sub-Total} {Sub-Total} {Total 6.1}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total VI}
VII Division 8 - Openings
7.1 Doors and Frames {Sub-Total} {Sub-Total} {Total 7.1}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total VII}
VIII Division 9 - Finishes
8.1 Gypsum Board Assemblies @ 2nd Level Rooms {Sub-Total} {Sub-Total} {Total 8.1}
8.2 Gypsum Board Assemblies @ Upper Observation Deck {Sub-Total} {Sub-Total} {Total 8.2}
8.3 Tile Works {Sub-Total} {Sub-Total} {Total 8.3}
Flooring
8.4 Fibergrate Molded Gratings {Sub-Total} {Sub-Total} {Total 8.4}
8.5 200mm x 1200mm Laminated Wood Planks {Sub-Total} {Sub-Total} {Total 8.5}
8.6 150mm x 1200mm Laminated Wood Planks {Sub-Total} {Sub-Total} {Total 8.6}
8.7 Flat Polished Concrete with Epoxy Paint {Sub-Total} {Sub-Total} {Sub-Total} {Total 8.7}
8.8 Metal Flooring {Sub-Total} {Sub-Total} {Sub-Total} {Total 8.8}
8.9 Painting and Coating {Sub-Total} {Sub-Total} - {Total 8.9}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total VIII}
Observation Area/Museum Metal Railing
{Sub-Total} {Sub-Total}
PEPD.QF.03A Page 1 of 2
Project : TUBBATAHA REEFS NATURAL PARK RANGER STATION
Location : TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
ITEM NO. MATERIALS LABOR EQUIPMENT TOTAL - DIRECT
COST
SUMMARY OF COSTS
SCOPE OF WORK
IX Division 10 - Specialties
9.1.1a Cage Ladder with Platform {Sub-Total}
9.1.1b Spiral Stairs {Sub-Total}
9.1.1c Staircase near 2nd level Reception area {Sub-Total}
9.1.1d Rainwater Harvester {Sub-Total}
9.2 Toilet Accessories {Sub-Total} {Sub-Total} {Total 9.2}
9.3 Kitchen Countertop
9.3.1a @ Laundry/Locker Room {Sub-Total}
9.3.1b @Kitchen {Sub-Total}
9.3.1c Reception Desk/Table and Chair {Sub-Total}
9.4 Metal Lockers {Sub-Total} {Sub-Total} {Total 9.4}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total IX}
X Division 31 - Earthworks
10.1 Excavation {Sub-Total} {Sub-Total} {Total 10.1}
10.2 Backfilling and Compaction {Sub-Total} {Sub-Total} {Total 10.2}
10.3 Dewatering {Sub-Total} {Sub-Total} {Total 10.3}
10.4 Shoring {Sub-Total} {Sub-Total} {Sub-Total} {Total 10.4}
10.5 Concrete Piles {Sub-Total} {Sub-Total} {Sub-Total} {Total 10.5}
{Total Matl's} {Total Labor} {Total Eqpt.} {Total X}
XI Division 22 - Plumbing
11.1 Gate Valves {Sub-Total} {Sub-Total} {Total 11.1}
11.2 Check Valves {Sub-Total} {Sub-Total} {Total 11.2}
11.3 Domestic Water Piping {Sub-Total} {Sub-Total} {Total 11.3}
11.4 Compression Fitting {Sub-Total} {Sub-Total} {Total 11.4}
11.5 Cold Water Line {Sub-Total} {Sub-Total} {Total 11.5}
{Sub-Total} {Sub-Total} {Total 9.1}
{Sub-Total} {Total 9.3}
11.5 Cold Water Line {Sub-Total} {Sub-Total} {Total 11.5}
11.6 Domestic Water Pumps {Sub-Total} {Sub-Total} {Total 11.6}
11.7 Sewer Line {Sub-Total} {Sub-Total} {Total 11.7}
11.8 Shower Drain {Sub-Total} {Sub-Total} {Total 11.8}
11.9 Kitchen Waste Pipe {Sub-Total} {Sub-Total} {Total 11.9}
11.10 Grease Interceptor {Sub-Total} {Sub-Total} {Total 11.10}
11.11 Vent Line {Sub-Total} {Sub-Total} {Total 11.11}
11.12 Portable Septic Tank {Sub-Total} {Sub-Total} {Total 11.12}
11.13 Storm Line {Sub-Total} {Sub-Total} {Total 11.13}
11.14 Roof Drain {Sub-Total} {Sub-Total} {Total 11.14}
11.15 Elevated Water Tanks {Sub-Total} {Sub-Total} {Total 11.15}
11.16 Seawater Storage Tanks {Sub-Total} {Sub-Total} {Total 11.16}
11.17 Plumbing Fixtures {Sub-Total} {Sub-Total} {Total 11.7}
{Total Matl's} {Total Labor} {Total XI}
XII Division 26 - Electrical
12.1 Conductors and Cables {Sub-Total} {Sub-Total} {Total 12.1}
12.2 Raceway and Boxes {Sub-Total} {Sub-Total} {Total 12.2}
12.3 Commissioning of Electrical System {Sub-Total} {Sub-Total} {Total 12.3}
12.4 Switchboards and Panel Boards {Sub-Total} {Sub-Total} {Total 12.4}
12.5 Wiring Devices {Sub-Total} {Sub-Total} {Total 12.5}
12.6 Enclosed Switches and Circuit Breakers {Sub-Total} {Sub-Total} {Total 12.6}
12.7 Solar Panels {Sub-Total} {Total 12.7}
12.8 Engine Generators {Sub-Total} {Sub-Total} {Total 12.8}
12.9 Transfer Switches {Sub-Total} {Sub-Total} {Total 12.9}
12.10 Lighting {Sub-Total} {Sub-Total} {Total 12.10}
{Total Matl's} {Total Labor} {Total XII}
{Total = Item 1.1 +
Item II to XII}
XIII Mobilization & Demobilization (1% of Civil Work Items)
{Total=1% of TOTAL
EDC OF CIVIL WORK
ITEMS}
TOTAL EDC OF CIVIL WORK ITEMS (Item 1.1 and II to XII - from
ABC)
PEPD.QF.03A Page 2 of 2
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
I DIVISION 01 - GENERAL REQUIREMENTS
(refer to AMC-General Specifications, Division 1 - General Requirements, pp.3-5)
1.1 Equipment Rental and Scaffoldings
1.1.1 Materials
Bamboos @6m length- for Scaffoldings and Platforms use in Tubbataha site pcs 3,000
Bamboo Strips @ 10m/roll roll 300
{Sub-Total}
1.1.2 Equipment
1 Crane Barge Towed by Tugboat inclusive of Operator and Fuel
(for mobilization and demobilization of materials, tools, equipments)
Non-propelled crane barge, DWT-650 tons with mechanically operated
crane, 60 tons capacity (ACEL Rental rate = P 630,916/month + 20% Premium) months 3
Tugboat 30.96x8.85x3.11(ACEL Rental rate = P763,620.00 + 20% Premium) months 3
Crawler Standard Boom for Puerto Princesa site use - lifting hauling of matl's.
Model SCC1000C, Capacity 100 Tons (ACEL Rental rate=P9,165/hour + 20% Premium) hours 64
Generator to Field/Laboratory Office & Living Quarters (in Tubbataha Site) months 4
Model GEP50, 45KW,56KVA (ACEL Rental rate=P44,505.00 + 20% Premium)
Fishing Boat with platform (for materials transportation from sand bar to site) months 4
Fuel for above equipments liters 1,280
{Sub-Total}
1.2 Provision of Service Vehicle
1.2.1 Equipment
Boat inc. Fuel and Operator ,for v/v use in Puerto Princesa and Tubbataha site) trips 24
(for the transportation of workers aand regularly needed materials, 6 trips/wk)
Service Vehicle in Puerto Princesa including Fuel and Driver months 4
QTY. AMOUNTUNIT COST
DETAILED ESTIMATES
Project
Location
ITEM NO. DESCRIPTION UNIT
Service Vehicle in Puerto Princesa including Fuel and Driver months 4
(for transportation of workers and materials), Mitsubishi L300
(ACEL Rental rate = P35,305.00)
Fuel for above vehicles liters 1,280
{Sub-Total}
1.3 Field/Laboratory Office and Living Quarters (Rental Basis)
1.3.1 Material
Field Offices, Warehouse, Staff Quarters and Workers' Barracks
for GenCon and Consultants/Owner in Puerto Princesa
Rental of Office, Warehouse, Staff Quarters and Worker's Barracks in PPC months 4
Field Offices, Warehouse, Staff Quarters and Workers' Barracks
for GenCon and Consultants/Owner in Tubbataha Site
Bamboo for Offices, Warehouse, Staff Quarters and Barracks pcs 1,500
Nipa Shingles "Pawid" for Roofing, 4 ft long x 10 pcs per bundle bundle 150
Bamboo Strips @ 10m/roll roll 150
{Sub-Total}
1.3.2 Labor - for Tubbataha site office
1-Foreman @ P752.64/day days 5
4- Carpenter @ P605.36/day = P2,421.44 days 5
8 - Unskilled Labor @ P364.80/day = P2,918.40 days 5
{Sub-Total}
1.4 Assistance to the Engineers
1.4.1 Material months 4 {Sub-Total}
1.4.2 Labor months 4 {Sub-Total}
1.4.3 Equipment months 4 {Sub-Total}
1.5 Photographs
1.5.1 Materials
Camera and accessories (for Progress Reports/Work Updates) pc 1
{Sub-Total}
PEPD.QF.03B Page 1 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
1.6 Health and Safety
1.6.1 Materials
Personnel Protective Equipments (PPE), badging and uniform, sets 100
tools and paraphernalias (for Staffs and Workers)
Safety and First Aid items
Fire Extinguisher sets 10
Medicine Cabinet sets 2
Assorted Medicine and Medicinal items months 4
Oxygen Tank pcs 2
Beds pcs 2
Salbabidas pcs 10
Inflatable Boat pcs 2
Life Jacket Vests pcs 50
Flashlights and Whistles pcs 10
Project Billboard - Tarpaulin, 2m x 10m pcs 2
{Sub-Total}
1.6.2 Labor
4- Security Personnels @ P15,250.61/month = P61,002.44 months 4
2 - Safety Officer @ P15,250.61 = P30,501.52/month months 4
2 - First Aider @ P15,250.61/month = P30,501.22 months 4
4-Unskilled Labor @ P364.80/day = P1,459.20 , for fixing project billboard day 2
{Sub-Total}
1.7 Environmental Compliance
1.7.1 Materials
Waste and Drainage Facilities system / Portalet (in Tubbataha site)
Portalets set 4
Drums/ Water Barrel, 30 gals. pcs 10
Safety Barricades with warning signs and lights
Warning signs and ights set 4Warning signs and ights set 4
Bamboos for barricades pcs 100
Bamboo Strips @ 10m/roll roll 10
Net for enclosure m2 100
{Sub-Total}
1.7.2 Labor
for Placing of Portalets
4-Unskilled Labor @ P364.80/day = P1,459.20 day 1
for Construction of Barricade with Warning Signs and Lights
6-Unskilled Labor @ P364.80/day = P2,188.80 days 4
{Sub-Total}
1.8 Communication Equipment
1.8.1 Materials
Single Side Band Radio including license units 1
(for Puerto Princesa and Tubbataha site communication use)
Lighthouse Radar/Radio Tower - Provisional units 1
{Sub-Total}
1.8.2 Labor
2-SSB Radio Operator @ P17,628.28/months = P35,256.56 months 4
Installation of Lighthouse Radar/Radio Tower
1-Foreman @ P752.64/day days 6
2-Skilled Workers @ P605.36/day = P1,210.72 days 6
2-Unskilled Labor @ P364.80/day = P729.60 days 6
{Sub-Total}
PEPD.QF.03B Page 2 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
II DIVISION 2 - EXISTING CONDITION
(refer to AMC-General Specifications, Division
02 - Site Construction, pp.5-7 and Drawing. Nos.
S-001 and S-002)
02 20 00 ASSESSMENT
02 21 00 Surveys
2.1 Staking and lay-out including tools, equipment, and
all necessary sundry items and fixing accessories
to complete the works, all in accordance with
Consultant's issued drawings and specifications.
2.1.1 Materials
pcs 50
Bamboo Strips @ 10m/roll roll 5
Flag/Marker on top of the bamboos pcs 31
Shovel pcs 5
{Sub-Total}
2.1.2 Labor
1-Foreman @ P752.64/day days 3
1- Surveyor @ P752.64/day days 2
8 - Unskilled Labor @ P364.80/day = P2,918.40 days 5
{Sub-Total}
2.1.3 Equipment/Tools
Surveying Transit unit 1
1-Rented Small Boat "Bangka" include Fuel and Operator unit 1
{Sub-Total}
III DIVISION 03 - CONCRETE
Bamboo posts @ 1m high above sea level ( 31 posts), 6m/bamboo pc.
III DIVISION 03 - CONCRETE
(refer to AMC-General Specifications, Division 03 -
Concrete, page 8 and Drawing Nos. S-003 to S-005)
03 10 00 CONCRETE FORMING AND
ACCESSORIES
03110 Structural Cast-in-Place Concrete Form
Supply, delivery, fabrication, installation, stripping
and/or leaving of formworks with the actual surface
in contact with the concrete, including provision of
block-outs, chamfered edges, notching, and
overlaps, necessary greasing and/or coating with
form oil, all necessary hardware, fixing accessories,
scaffolding, shoring, and staging, usage of plant,
equipment and tools, and all necessary items
to complete the works, all in accordance with
with Consultant's issued drawings and
specifications.
Formworks to produce fair surface
Pile cap - (separate Sheet Piles to be used as perimeter formworks) m2 25
3.1 Formworks to produce smooth surface
Columns m2 191
Beam m2 61m2 252
3.1.1 Materials
Phenolic Board, 1/2"x4'x8' , 252m2 for above Columns and Beams pcs 90
2"x3"x12' Good Lumber (6 BF) bd.ft. 3100
Common Wire Nail kgs 15
Concrete Nail kgs 20
#16 Tie Wire (Total Formworks m2/2000=Tie Wire, Roll) kgs 10
(1 Roll = 40 kilos)
Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 10
PEPD.QF.03B Page 3 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
Bamboo for scaffolds @ 6m/bamboo pc. pcs 75
Bamboo Strips @ 10m/roll roll 50
{Sub-Total}
3.1.2 Labor
Standard Productivity Rate for Formworks (with support):
1 Carpenter + 1 Unskilled Labor =10m2/day
1-Foreman @ P752.64/day days 3
4-Carpenter @ P605.36/day = P2,421.44 days 6
4-Unskilled Labor @ P364.80/day = P1,459.20 days 6
for construction of Jib Pole frame and bamboo scaffoldings
1-Foreman @ P752.64/day days 3
2-Carpenter @ P605.36/day = P1,210.72 days 6
4-Unskilled Labor @ P364.80/day = P1,459.20 days 6
{Sub-Total}
3.1.3 Equipment/Tools
Jib Pole for elevating and hauling the formworks 2 units
{Sub-Total}
03 20 00 CONCRETE REINFORCEMENT
03 21 00 Reinforcing Steel
Take delivery, receipt, fabricate, loading/unloading
and installation of OSM Grade 40 & 60 reinforcing
bars, including supply and installation of all
necessary splices, dowels, haunches, control joints,
spacers, all necessary hardwares and fixing
accessories, usage of tools and equipment,
treatment/protection of materials to sea water;
all in accordance with Consultant's issued
drawings and specifications.
3.2 Reinforcing Bars, ASTM A615 (PNS 49)
Pile cap kgs 4,885
Columns kgs 12,720
Beam kgs 2,507
Slab kgs 9,255
kgs 29,367
3.2.1 Materials (OSM Items)
10mm dia Reinforcement Steel Bar, Grade 40 @ 12m length/pc - OSM item pcs 1,911
16mm dia Reinforcement Steel Bar, Grade 40 @ 12m length/pc -OSM item pcs 4
20mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 22
25mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 100
28mm dia Reinforcement Steel Bar, Grade 60 @ 12m length/pc - OSM item pcs 192
#16 Tie Wire (Total Rebar m2/3000=Tie Wire, Roll), (1 Roll=40 kilos) kgs 392
Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 10
Bamboo for scaffolds @ 6m/bamboo pc. pcs 75
Bamboo Strips @ 10m/roll roll 50
{Sub-Total}
3.2.2 Labor
Standard Productivity Rate for Formworks (with support):
1 Steel Fixer + 1 Unskilled Labor =200kg/day
2-Foreman @ P752.64/day = P1,505.28 days 15
10-Steel Fixer @ P605.36/day = P6,053.60 days 15
10-Unskilled Labor @ P364.80/day = P3,648.00 days 15
Workers for elevating and hauling of rebars using the Jib pole
1-Foreman @ P752.64/day days 3
2-Steel Fixers @ P605.36/day = P1,210.72 days 6
4-Unskilled Labor @ P364.80/day = P1,459.20 days 6
{Sub-Total}
PEPD.QF.03B Page 4 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
3.2.3 Equipment/Tools
Jib Pole for elevating the formworks 2 units
Rebar Cutter Gr.40 Single 13mm (ACEL Rental rate = P13,500/mo) 2 units
Rebar Bender, 32mm Three Phase (ACEL Rental rate=P42,817/mo) 1 units
{Sub-Total}
03 30 00 CAST-IN-PLACE CONCRETE
03 31 00 Structural Concrete
Batching, placing of concrete (OSM cement and
aggregates) and testing, including necessary
grouting, vibrating, hammering, tamping, levelling, plastering,
consolidating, curing, hardening, wetting, sealing,
brooming and scratching, concrete rubbing
protecting, sampling, provision of necessary
extended chutes, and mixing boards, usage of
equipment (bagger mixer, vibrator and portable genset with fuel)
and tools, all in accordance with Consultant's issued
drawings and specifications.
3.3 Concrete
6000 PSI
Pile cap m3 44
Columns m3 40
Beam m3 12
Slab m3 120
3000 PSI
Lean Concrete along Pile Cap, 150mm thick m3 5
221
3.3.1 Materials
Class AAA - 1:1:2 mixture ratioClass AAA - 1:1:2 mixture ratio
Cement = 17.40 bags x 221m3 (40kg/bag) - OSM item bags 3,846
Sand = 0.61m3 x 221m3 - OSM item m3 135
Gravel = 1.94m3 x 221m3 - OSM item m3 429
Water (.10m3 water /1m3 of concrete) m3 30
Mini Bucket pcs 15
Shovel (to be used the other 5 pcs from Survey Works) pcs 3
Mixing Board sets 2
Fabricated Concrete Chute sets 2
Drums for Collecting Waters in Puerto Princesa pcs 150
Sacks for Bagging aggregates pcs 1,000
{Sub-Total}
3.3.2 Labor
1-Foreman @ P752.64/day days 17
6-Mason @ P605.36/day =P3,632.16 days 17
2-Carpenter @ P605.36/day = P1,210.72 days 17
10-Unskilled Labor @ P364.80/day = P3,648.00 days 17
(for Bagging/Arrangement of Cement & Aggregates at Puerto Princesa)
10-Unskilled Labor @ P364.80/day = P3,648.00 days 12
(for Collection of Water in Puerto Princesa for Tubbataha site use)
10-Unskilled Labor @ P364.80/day = P3,648.00 days 7
{Sub-Total}
3.3.3 Equipment/Tools
2-Bagger Mixer Model 0.5 (ACEL Rental rate - P150/hour) hrs 136
2-Concrete Vibrator-Drive Unit 5HP (ACEL Rental rate-P420/day) days 17
1 - Portable Generator (Rental=P1500/day) days 17
Fuel (2 liters/hr = P100/hr, P800/working day of 8 hours) days 17
{Sub-Total}
PEPD.QF.03B Page 5 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
IV DIVISION 04 - MASONRY
(refer to AMC-General Specifications, Division 04 -
Masonry and Drawing Nos. A2/01 rev.1 to A2/05
rev.1)
04 00 00 MASONRY
04 22 23 Architectural Concrete Unit Masonry
Supply, delivery and fixing of Concrete Hollow
Blocks machine made, 5.2 MPA (750 psi) for load
bearing, 2.6 MPA (350 psi) for non-load bearing,
including plastering with all necessary sundries
and other materials to complete the works, all in
accordance with Consultant's issued drawings
and specifications.
4.1 Concrete Hollow Blocks
Interior Walls, 4" (100mm) CHB m2 210
Exterior Walls, 6" (150mm) CHB m2 100
310
4.1.1 Materials
For CHB laying works :
Concrete Hollow Blocks;
4" (100mm) CHB (12.5pcs/m2) pcs 2,625
6" (150mm) CHB (12.5pcs/m2) pcs 1,250
for CHB Mortar, under Class B mixture, OSM item ;
Cement (40kg/bag) for 4" (100mm) CHB, (No. of Bags=Area x 0.522)- OSM item bags 110
Cement (40kg/bag) for 6" (150mm) CHB, (No. of Bags=Area x 1.018) - OSM item bags 102
Sand for 4" (100mm) CHB, (Volume m3=Area x .0435) -OSM item m3 10
Sand for 6" (150mm) CHB, (Volume m3=Area x .0844) - OSM item m3 9Sand for 6" (150mm) CHB, (Volume m3=Area x .0844) - OSM item m3 9
Rebar for CHB, using 10mm, OSM item ;
Vertical Bars (spaced at 60cm) = 310m2 x 2.13- OSM item m 661
Horizontal Bars (spaced at 60cm) = 310m2 x 2.15 -OSM item m 667
1,328
No. of 10mm RSB at 12m length/pc -OSM item pcs 111
#16 G.I.Tie Wire Reinforcement kg 10
Mixing Board sets 2
For CHB Plastering works,
(assume 16mm thickness under Class B mixture) :
Cement (40kg/bag), (No. of Bags=Area x 2 sides x 0.192), OSM item bags 120
Sand, (Volume m3=Area x 2 sides x .016), OSM item m3 10
{Sub-Total}
4.1.2 Labor
For CHB laying works:
Productivity Rate =10m2/8 hrs. with Crew of 1 Mason and
and 2 Unskilled Labors
1-Foreman @ P752.64/day days 4
3-Mason @ P605.36/day = P1,816.08 days 11
6-Unskilled Labor @ P364.80/day = P2,188.80 days 11
For CHB plastering works:
Productivity Rate =15m2/8 hrs. with Crew of 1 Mason and
and 1 Unskilled Labor
1-Foreman @ P752.64/day
3-Mason @ P605.36/day = P1,816.08 days 11
3-Unskilled Labor @ P364.80/day = P1,040.40 days 11
{Sub-Total}
PEPD.QF.03B Page 6 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
V DIVISION 05 - METALS
(refer to AMC-General Specifications, Division 05 -
Metals, pp.8-10 and Drawing Nos. S-006 to S-010)
05 10 00 STRUCTURAL METAL FRAMING
5.1 Fabrication, loading/unloading, installation and
testing of the following structural members, ASTM
A36 to include welding connections, treatment to
sea water and painting, equipment (pole with pulley
for lifting) and other required items to complete the
work, all in accordance with Consultant's issued
drawings and specifications. (Fabrication in Puerto
Princesa and Installation in Tubbataha site)
Materials
5.1.1a Steel Plates (Shear Plate/Base Plate/End Plate) - OSM Item
300mm x 325mm x 10mm thk Shear Plate - OSM item pcs 26.00
300mmW x 600mmH x 25mm thk Shear Plate - OSM item pcs 13.00
600mmW x 600mmH x 25mm thk Shear Plate - OSM item pcs 13.00
90mm x 175mm x 12mm thk Shear Plate - OSM item pcs 13.00
500mm x 250mm x 12mm thk Shear Plate - OSM item pcs 13.00
300mm x 250mm x 12mm thk Shear Plate - OSM item pcs 13.00
240mm x 250mm x 12mm thk Shear Plate -OSM item pcs 13.00
325mm x 360mm x 12mm thk Shear Plate - OSM item pcs 13.00
1200mm x 600mm x 25mm thk Base Plate - OSM item pcs 13.00
290mm x 1040mm x 42mm thk End Plate - OSM item pcs 7.00
177mmW x 1100mmL x 20mm thk Steel Plate - OSMitem pcs 13.00
203mmW x 1100mmL x 20mm thk Steel Plate - OSM Item pcs 13.00
254mmW x 600mmL x 20mm thk Steel Plate - OSM item pcs 51.00 254mmW x 600mmL x 20mm thk Steel Plate - OSM item pcs 51.00
260mmW x 620mmL x 20mm thk Steel Plate - OSM item pcs 26.00
400 x 550 x 20mm Anchor Plate - OSM item pcs 13.00
253
5.1.1b Bolts - OSM Item
28mm Ø Bolt x 150mm Length -OSM Item pcs 144
25mm Ø Bolt x 150mm Length - OSM item pcs 96
16mm Ø Bolt x 150mm Length - OSM item pcs 168
20mm Ø x 100mm Length, A325 Anchor Bolt - OSM item pcs 336
25mm Ø x 200mm Length, A325 Anchor Bolt - OSM item pcs 972
32mm Ø x 400mm Length, A325 Anchor Bolt - OSM item pcs 192
5.1.1c Structural Metal (Beams & Columns) - OSM item
W6x9 - OSM item no. 3
W12x30 - OSM item no. 89
W12x50 - OSM item no. 18
W12x53 - OSM item no. 12
W12x65 -OSM item no. 10
W16x40 - OSM item no. 9
W16x57 - OSM item no. 6
W16x67 - OSM item no. 9
W16x89 - OSM item no. 6
W18x86 - OSM item no. 12
W18x119 - OSM item no. 9
W24x103 - OSM item no. 3
W33x130 - OSM item no. 5
W36x300 - OSM item no. 5
196
PEPD.QF.03B Page 7 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
5.1.1d Additional materials to Supply and Install by the GenCon (as not considered in DENR supply package)
W12x30 no. 13
W12x50 no. 6
W12x65 no. 6
W16x40 no. 3
W33x130 no. 1
W36x300 no. 7
W16x26 no. 4
W16x36 no. 20
W16x77 no. 2
62
5.1.1e Miscellaneous/Others
Welding Rod-Nihonweld (20 kilos/box) boxes 35
(for Spot Welds and Minor Full welds of Plates to W-Flange)
Tie Rope m 100
Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 50
Grinding Disc/Blade pcs 170
Sanding paper pcs 2,000
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 190
Epoxy Paint or equivalent for Final Paint to Structural Steel gal 190
{Sub-Total}
5.1.2 Labor
(for Spot Welds and Minor Full welds of Plates to W-Flange)
2-Foreman @ P752.64/day = P1,505.28 days 24
4-Welders @ P605.36/day = P2,421.44 days 24
8-Unskilled Labor @ P364.80/day = P2,918.40 days 24
(for hauling and lifting of structural steel)
10 - Unskilled Labor @P364.80 = P3,648.00 days 24 10 - Unskilled Labor @P364.80 = P3,648.00 days 24
{Sub-Total}
5.1.3 Equipment/Tools
4-Welding Machines (250 Amp. Gas/Diesel driven, months 4
(ACEL Rental rate =P42,900/month)
4 - Portable Generator (Rental=P2,500/day) days 21
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21
Jib Pole for elevating and hauling the structural steel materials units 4
Below Miscellaneous Tools (assumed Rental rates)
Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2
Sanding Machine units 4
Grinding Machine units 4
{Sub-Total}
5.2 05 50 00 METAL FABRICATIONS
Supply, delivery fabrication, loading/unloading,
installation and testing of the following metal
fabrication including specified treatment and finish,
necessary hardwares and fixing accessories and
usage of equipment and tools; all in accordance with
Consultant's issued drawings and specifications.
(Drawing Nos. A2/03 rev.1 to A2/05 rev.1,
A2/13 rev.1 ,A2/14 rev.1, A2/19.A, A2/19.B & A2/25)
5.2.1a
Materials
40mm dia x 6m stainless steel tube for railing and post pcs 36
(Total length=43m, 6m SS tube/lm)
Cast Aluminum base flange with 1/2" SS HHMB with Nut and Washer sets 44
Welding Rod-Nihonweld (20 kilos/box) boxes 3
Tie Rope m 100
Grinding Disc/Blade pcs 20
Sanding paper pcs 150
{Sub-Total}
Observation Area/Museum Safety Metal Railing at 3rd level (Total length=43 m)
PEPD.QF.03B Page 8 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
5.2.1b Planter Box with Storm Shutter (Total length = 62m)
Materials
for Planter Box :
Commercial Plastic/Clay Pots pcs 896
50mmx50mmx6m Metal Square Tube pcs 134
3/4" PVC Pipe/Equivalent Drip Irrigation with Y Connector sets 448
3/4" x 10ft. PVC Drain Pipe, (32 nos. of 100mmL) pcs 2
Customize Metal Sheet Plant Box, 1500mmL x 500mmW sets 64
1500mmL x 1410mmW x 250mmT Wood Plastic Composite (WPC) Cladding m2 51
Rivet boxes 17
for Storm Shutter:
Metal Storm Shutter, 850mmH (inclusive of 20mm C-Channel Stringers, m 62
7mm Rubber Seal, 1mm thk Aluminum Interlocking Panels, 30mm C-Channel
Stringers, Corner Stake, Aluminum Window Frame and Locking Handle)
50mmx50mmx6m Metal Square Tube (Horizontal and Vertical member) pcs 31
50mmx100mmx6m Metal Tube Handrailing pcs 11
Welding Rod-Nihonweld (20 kilos/box) boxes 15
Tie Rope m 150
Grinding Disc/Blade pcs 15
Sanding paper pcs 300
Paint Treatment to Sea water + Final Paint for Steel materials
Zinc Chromate Primer or equivalent gal 20
Epoxy paint or equivalent for Final Paint to Structural Steel gal 20
Polytuff for retouch gal 5
{Sub-Total}
5.2.1c Viewing deck perimeter safety railing at 3rd level (Total length=73m)
Materials
40mm dia stainless steel tube for railing and post pcs 61
(Total length=73m, 6m SS tube/lm) (Total length=73m, 6m SS tube/lm)
Cast Aluminum base flange with 1/2" SS HHMB with Nut and Washer sets 74
Welding Rod-Nihonweld (20 kilos/box) boxes 4
Tie Rope m 150
Grinding Disc/Blade pcs 30
Sanding paper pcs 250
{Sub-Total}
5.2.1d Retractable steel ramp with railing and mechanisms items 2
including modular floats with cleats & tie and leverage mechanism,at 1st level
Materials
40mm dia stainless steel tube for railing and post pcs 25
(Total length=30m, 6m SS tube/lm)
Cast Aluminum base flange with 1/2" SS HHMB with nut and washer sets 32
Chequered Plate 1/8" x 48" x 17", for Ramp's flooring, Total 24m2 pcs 46
100mm C-Channel,6m length pcs 12
40mmx75mm Hollow Steel Tube Bearer, (1.4m length x 2) m 2.8
Steel Piano Hinge Welded on M.S.Plate sets 2
24"x24"mm High Density Polyethylene (HDPE) Modular Pontoon pcs 120
Inca brand or equivalent
Cleats and Tie for Modular Pontoon sets 2
Leverage Mechanism for Retractable Ramp sets 2
Pulleys and Chains for Retractable Ramp sets 2
Tie Rope m 150
Welding Rod-Nihonweld (20 kilos/box) boxes 4
Grinding Disc/Blade pcs 30
Sanding paper pcs 150
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 6
Epoxy paint or equivalent for Final Paint to Structural Steel gal 6
Polytuff for retouch gal 3
{Sub-Total}
PEPD.QF.03B Page 9 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
05 30 00 METAL DECKING
05 31 33 Steel Form Decking
5.2.1e Concrete Slab Steel Form Decking (Total Area=510 m2)
Materials
R51 deck Profile Metal decking or equivalent, 4'x8' pcs 189
End Tape foam m2 510
19mm dia x 95mm Shear Stud pcs 9,450
Edge Trim and Restraint Strap pcs 10,962
Welding Rod-Nihonweld (20 kilos/box) boxes 32
Tie Rope m 200
{Sub-Total}
5.2.2 Labor (for below works and as also described above)
Planter Box with Storm Shutter
Viewing deck perimeter safety railing at 3rd level
Retractable steel ramp with railing and mechanisms including modular
floats with cleats & tie and leverage mechanism,at 1st level
Concrete Slab Steel Form Decking
2-Foreman @ P752.64/day = P1,505.28 days 21
6-Welders @ P605.36/day = P3,632.16 days 21
10-Unskilled Labor @ P364.80/day = P3,648 days 21
(for hauling and lifting of structural steel)
12 - Unskilled Labor @P364.80 = P4,377.60 days 21
{Sub-Total}
5.2.3 Equipment/Tools
4-Welding Machines (250 Amp. Gas/Diesel driven, months 4 considered
(ACEL Rental rate =P42,900/month) in Structural
4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21
Observation Area/Museum Safety Metal Railing at 3rd level
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21
Jib Pole for elevating and hauling the structural steel materials units 4
Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 100
Below Miscellaneous Tools (assumed Rental rates)
Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 4
Sanding Machine units 4
Grinding Machine units 4
{Sub-Total}
VI DIVISION 07 - THERMAL AND MOISTURE PROTECTION
(refer to AMC-General Specifications, Division 07 - Thermal and
Moisture Protection, pp.13 and Drawing Nos. A2/01 rev. 1, A2/10 rev. 1
and A2/11 rev. 1)
07 10 00 DAMPPROOFING AND WATERPROOFING
6.1 07 13 00 Sheet Waterproofing
Supply, delivery and application of 4mm thick membrane
waterproofing with 200mm x 200mm welded wiremesh topping
reinforcement or approved equivalent, including surface
preparation, use of plant tools, equipment and all necessary
sundry items and fixing accessories to complete the works all in
accordance with Consultant's issued drawings and specifications.
to Floors; at Kitchen, Waste Room, Shower and Water Closet, m2 30
Laundry and Locker Room and Lavatory
6.1.1 Materials
m2 30
75mm thick concrete topping
Cement - OSM item bag 31
Sand - OSM item m3 2
Wire mesh size-200mm x 200mm m2 30
Water m3 1
{Sub-Total}
4mm thick membrane waterproofing
PEPD.QF.03B Page 10 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
6.1.2 Labor
Concrete topping
Standard Productivity Rate:
1 Mason + 1 Unskilled Worker = 30m2/day
1 - Foreman @ P752.64/day day 1
1 - Mason @ P605.36/per day day 1
1 - Unskilled Labor @ P364.80/day day 1
Waterproofing application
1 Skilled Worker + 1 Unskilled Worker = 280m2/day
1 - Foreman @ P752.64/day day 1
1 - Skilled Worker @ P605.36/day day 1
1 - Unskilled Labor @ P364.80/day day 2
{Sub-Total}
6.1.3 Equipment/Tools
1 - Concrete Mixer, 1.5 bagger day 1
1 - Application equipment/Tar Kettle/Pot day 1
{Sub-Total}
VII DIVISION 08 - OPENINGS
(refer to AMC-General Specifications,
Division 08 - Openings, pp.14-16 and Drawings
Nos. A2/01 rev.1, A2/03 rev.1, A2/09 rev.1,
A2/15 rev.1 and A2/16 rev.1)
7.1 08 10 00 DOORS AND FRAMES
Supply, delivery and installation of doors and jambs
including hardwares, ironmongeries, all necessary
fixing accessories, usage of equipment and tools
with required finishes, all in accordance with
Consultant's issued drawings and specifications.Consultant's issued drawings and specifications.
7.1.1a Metal doors and frames
800mmW x 2100mmH Swing Metal Door, D-5 sets 3
800mmW x 2100mmH Swing Steel Door, D-7 set 1
7.1.1b Wood door and frames
800mmW x 2100mmH Flush Door, D-6 sets 4
7.1.1c Plastic doors
800mmW x 2100mmH Plastic Door, D-4 sets 2
7.1.1d Tempered glass door with aluminum frame
1600mmW x 2100mmH Swing Door with 1600mmW x 600mmH Fixed Glass, D1 sets 4
1600mmW x 2100mmH Sliding Door, D-2 sets 2
800mmW x 2100mH Swing Door, D-3 sets 2
7.1.1e Awning glass window with aluminum frame
600mmW x 600mmH, W-7 sets 2
7.1.1f Fixed Louvers
Fixed Louver Type Partition with Folding Access at 1st level, 2.60mH x 18.60mL sets 2
7.1.1g Operable Wall Louvers
Operable Formed Metal Louvers in Steel Frame at 3rd level Dome Area m2 30
{Sub-Total}
7.1.2
2 - Foreman @ P752.64/day = P1,505.28 days 10
8 - Skilled Worker @ P605.36/day = P4,842.88 days 10
8 - Unskilled Labor @ P364.80/day = P2,918.40 days 10
{Sub-Total}
Materials
Labor
PEPD.QF.03B Page 11 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
VIII DIVISION 09 - FINISHES
(refer to AMC-General Specifications, Division 09 - Finishes, pp.18-20
and Drawing Nos. A2/01) all in accordance with Consultant's issued
drawings and specifications
09 26 00 Gypsum Board Assemblies
Installation of OSM 8mm thick Fiber Cement Board to include
metal furring members, hangers and supports, steel trims, corner
beads wherever required, all necessary screws, hardware and fixing
accessories, taping and jointing, ceiling access panels including
edge moldings, trims, attachments, clips and plywood weight;
usage of scaffolding, temporary platforms, equipment and tools
8.1 at 2nd level rooms m2 115
8.1.1 Materials
pcs 39
Double Furring Channel 19mm x 50mm x 0.6mm thick m 421
Wire-clip pcs 2300
Full Threaded Round Bar, 3/8'' diameter m 690
Expansion bolt, 3/8" diameter pcs 2300
Angle Bar 38mm x 38mm x 5mm m 43
{Sub-Total}
8.1.2 Labor
Ceiling frameworks
Standard Productivity Rate:
2 Skilled Worker (Lather) + 1 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64/day days 12
2 - Skilled Worker @ P605.36/day = P1,210.72 days 23
8mm thick x 4' x 8' Fiber Cement Board (Hardiflex brand) - OSM item
2 - Skilled Worker @ P605.36/day = P1,210.72 days 23
1 - Unskilled Labor @ P364.80/day = P364.80 days 23
Ficem board installtion
Standard Productivity Rate:
2 Skilled Worker (Lather) + 2 Carpenter + 2 Unskilled Worker = 20m2/day
1 - Foreman @ P752.64/day days 3
2 - Carpenter @ P605.36/day = P1,210.72 days 6
2 - Skilled Worker @ P605.36/day = P1,210.72 days 6
2 - Unskilled Labor @ P364.80/day = P729.60 days 6
Shadow line / corner bead installation
Standard Productivity Rate:
2 Carpenter + 2 Unskilled Worker = 20m2/day
2 - Carpenter @ P605.36/day = P1,210.72 days 6
2 - Unskilled Labor @ P364.80/day = P729.60 days 6
{Sub-Total}
Supply and installation of OSM 8mm thick Fiber Cement Board to
include metal furring members, hangers and supports, steel trims,
corner beads wherever required, all necessary screws, hardware and
fixing accessories, taping and jointing, ceiling access panels including
edge moldings, trims, attachments, clips and plywood weight;
usage of scaffolding, temporary platforms, equipment and tools
8.2 at Upper Observation Deck, located at perimeter of Rainwater m2 160
Harvester, 69.00m(L) x 2.20m(W)
8.2.1 Materials
pcs 54
Double Furring Channel 19mm x 50mm x 0.6mm thick m 586
Wire-clip pcs 3200
Full Threaded Round Bar, 3/8'' diameter m 960
Expansion bolt, 3/8" diameter pcs 3200
Angle Bar 38mm x 38mm x 5mm m 51
{Sub-Total}
8mm thick x 4' x 8' Fiber Cement Board (Hardiflex brand)
PEPD.QF.03B Page 12 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
8.2.2 Labor
Ceiling frameworks
Standard Productivity Rate:
2 Skilled Worker (Lather) + 1 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64/day days 8
2 - Skilled Worker @ P605.36/day = P1,210.72 days 16
1 - Unskilled Labor @ P364.80/day = 364.80 days 16
Ficem board installation
Standard Productivity Rate:
2 Skilled Worker (Lather) + 2 Carpenter + 2 Unskilled Worker = 20m2/day
1 - Foreman @ P752.64 per day days 4
2 - Carpenter @ P605.36/day = P1,210.72 days 8
2 - Skilled Worker @ P605.36/day = P1,210.72 days 8
2 - Unskilled Labor @ P364.80/day = P729.60 days 8
Shadow line / corner bead install@ion
Standard Productivity Rate:
2 Carpenter + 2 Unskilled Worker = 20m2/day
2 - Carpenter @ P605.36/day = P1,210.72 days 8
2 - Unskilled Labor @ P364.80/day = P729.60 days 8
{Sub-Total}
8.3 09 30 00 TILE
Instalaltion of OSM floor and wall tiles including tile cutting,
necessary topping, mortaring and grouting, levelling, setting, fixing
and cleaning, usage of equipment and tools, and supply and
installation of pvc and aluminum tile trim.
300mm x 600mm Seamless Tiles to Floor (FF-04) at 2nd level m2 28
300mm x 600mm Seamless Tiles to Wall (FF-04) at 2nd level m2 53
8.3.1 Materials
300mm x 600mm Seamless Tiles - OSM item pcs 450
Tile trim for wall tiles m 10
Cement - OSM item bag 18
Sand - OSM item m3 2
Adhesive gal 12
White/colored cement bag 11
{Sub-Total}
8.3.2 Labor
Standard Productivity Rate:
2 Skilled Worker + 4 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64/day day 5
2 - Skilled Worker @ P605.36/day = P1,210.72 day 9
4 - Unskilled Labor @ P364.80/day=P1,459.20 day 9
{Sub-Total}
09 60 00 FLOORING
Installation of OSM flooring finishes as per specification including
all sundry items such as tile caps, beads and trims, adhesives,
sealants, mortar and other miscellaneous materials required to
complete the flooring works
8.4 Fibergate Molded Gratings (FF-01), at 2nd level m2 66
8.4.1 Materials
Fibergate Molded Gratings, 4'x8'- OSM item pcs 23
Stainless steel M-clips pcs 118
{Sub-Total}
PEPD.QF.03B Page 13 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
8.4.2 Labor
Standard Productivity Rate:
3 Steelman + 1 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64/day days 4
4 - Skilled Worker @ P605.36/day = P2,421.44 days 7
8 - Unskilled Labor @ P364.80/day = P2,918.40 days 7
{Sub-Total}
8.5 200mm x 1200mm Laminated Wood Planks (FF-02), at 2nd level m2 25
8.5.1 Materials
200mm x 1200mm Laminated Wood Planks - OSM item m2 25
3mm Provent Swiss made corrugated Underlay m2 25
{Sub-Total}
8.5.2 Labor
Underlayment installation
Standard Productivity Rate:
2 Carpenters + 2 Unskilled Worker = 15m2/day
1 - Foreman @ P752.64/day day 1
2 - Carpenter @ P605.36/day = P1,201.72 day 2
2 - Unskilled Labor @ P364.80/day = P729.60 day 2
Wood planks installation
Standard Productivity Rate:
2 Carpenters + 3 Unskilled Worker = 5m2/day
1 - Foreman @ P752.64/day day 3
2 - Carpenter @ P605.36/day = P1,201.72 day 5
3 - Unskilled Labor @ P364.80/day = P1,094.40 day 5
{Sub-Total}
8.6 150mm x 1200mm Laminated Wood Planks (FF-03), at 2nd level m2 56
8.6.1 Materials
200mm x 1200mm Laminated Wood Planks - OSM item m2 56
3mm Provent Swiss made corrugated Underlay m2 56
{Sub-Total}
8.6.2 Labor
Underlayment installation
Standard Productivity Rate:
2 Carpenters + 2 Unskilled Worker = 15m2/day
1 - Foreman @ P752.64/day day 2
2 - Carpenter @ P605.36/day = P1,201.72 day 4
2 - Unskilled Labor @ P364.80/day = P729.60 day 4
Wood planks installation
Standard Productivity Rate:
2 Carpenters + 3 Unskilled Worker = 5m2/day
1 - Foreman @ P752.64/day day 6
2 - Carpenter @ P605.36/day = P1,201.72 day 12
3 - Unskilled Labor @ P364.80/day = P1,094.40 day 12
{Sub-Total}
8.7 Flat Polished Concrete, 150mm thick with Epoxy Paint Finish m2 241
(FF-05), at all specified areas
8.7.1 Materials
150mm thick concrete topping
Cement - OSM item bag 502
Sand - OSM item m3 38
Wire mesh size-2" x 2" / wire size - 3.2mm / sheet size- (4 X 8Ft) m2 241
Water m3 10
Epoxy paint finish
Epoxy paint, Powerfloor, white (1 - coat) gal 18
Eposeal, clear (1 - coat) gal 6
Epoxy Reducer gal 6
Putty gal 6
PEPD.QF.03B Page 14 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
Paint Roller, 9" no 1
Paint Roller Refill, 9" no 3
Paint Roller Tray no 1
{Sub-Total}
8.7.2 Labor
Concrete topping
Standard Productivity Rate:
2 Mason + 2 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64/day day 13
2 - Mason @ P605.36/day = P1,210.72 day 25
1 - Equipment Checker @ P605.36/day day 13
2 - Unskilled Labor @ P364.80/day = P729.60 day 25
Polishing and epoxy painting (2 - coats)
2 Painter + 1 Unskilled Worker = 165m2/day
1 - Foreman @ P752.64/day day 3
4 - Painter @ P605.36/day = P2,421.44 day 5
4 - Unskilled Labor @ P364.80/day = P1,459.20 day 5
{Sub-Total}
8.7.3 Equipment/Tools
1 - Concrete Mixer, 1.5 bagger day 25
1 - Floor grinder, 22" Path day 5
1 - Floor edger, 7" Path day 5
1 - Vacuum Pick-up System day 5
{Sub-Total}
8.8 09 62 63 METAL FLOORING m2 157
Checkered Plate covered on Steel Grating with
50mm x 100mm Metal Furring @ 400mm c/c
bothways, including paint (FF-07)
at 3rd level Viewing Deck and Control Roomat 3rd level Viewing Deck and Control Room
8.8.1 Materials
Chequered Plate 1/8" x 48" x 17", for Ramp's flooring, Total 24m2 pcs 299
50mm x 100mm x 6m Metal Furring @ 400 c/c bothways pcs 35
Bolts and Nuts lot 1
Welding Rod-Nihonweld (20 kilos/box) boxes 4
Grinding Disc/Blade pcs 15
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 9
Epoxy paint or equivalent for Final Paint to Metals gal 9
Polytuff for retouch gal 1
{Sub-Total}
8.8.2 Labor
Standard Productivity Rate:
4 Skilled Worker + 5 Unskilled Worker = 10m2/day
1 - Foreman @ P752.64 per day days 7
5 - Skilled Worker @ P605.36 per day = P3,026.80 days 14
6 - Unskilled Labor @ P364.80 per day = P1,824.00 days 14
{Sub-Total}
8.8.3 Equipment/Tools
4-Welding Machines (250 Amp. Gas/Diesel driven, months 4 considered
(ACEL Rental rate =P42,900/month) in Structural
4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21
Below Miscellaneous Tools (assumed Rental rates)
Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2
Sanding Machine units 1
Grinding Machine units 1
{Sub-Total}
PEPD.QF.03B Page 15 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
8.9 09 90 00 PAINTING AND COATING m2 1,310
Supply and application of specified paint and
coatings, to include all necessary surface preparation,
treating, neutralizing, patching, sanding, grinding and
cleaning, color tinting, primary and finish coatings,
protection, usage of scaffolding, temporary platforms,
equipment, tools, and others to complete the Work
Preparation to Final Coat Paint to walls, exposed
foundation beams and columns, steel deck
underslab and fiber cement board ceilings,
including on the Rainwater Harvester ceiling
8.9.1 Materials
Latex Paint forWalls and Ceilings - Primer (1 Pail = 16 liters = 100m2 coverage) pail 14
Latex Paint fir First Coat and Final Coat pail 28
Putty (1 liters = 2m2 coverage) liter 655
Concerete Neutralizer (1 lite = 10m2 coverage) liter 58
Sanding Paper pcs 524
Epoxy paint or equivalent for Final Paint to Bottom Metal Deck gal 41
Paint Roller, 9" pcs 4
Paint Roller Refill, 9" pcs 12
Paint Roller Tray pcs 4
{Sub-Total}
8.9.2 Labor
Standard Productivity Rate:
4 Painter + 4 Unskilled Worker = 200m2/day
1 - Foreman @ P752.64 per day days 6
4 - Painter @ P605.36 per day = P1,210.72 days 114 - Painter @ P605.36 per day = P1,210.72 days 11
4 - Unskilled Labor @ P364.80 per day = P1,459.20 days 11
{Sub-Total}
IX DIVISION 10 - SPECIALTIES
(refer to AMC-General Specifications, Division 10 -
Specialties, pp.20-21 and Drawing Nos. A2/04 rev.1,
A2/08 rev.1, A2/12 rev.1, A2/21 and S/009)
9.1 Supply,delivery and installation of the following
items, all in accordance with Consultant's issued
drawings and specifications
9.1.1a Cage Ladder with Glass Casement and Top Platform
Materials
Fabricated Cage Ladder - 4000mmH x 400mm/800mmW set 1
Steel Platform m2 4
Bolts and Nuts m2 4
Epoxy paint or equivalent for Final Paint to Structural Steel gal 2
{Sub-Total}
9.1.1b Spiral stairs with stringer, tread and baluster, item 1
from 1st level to 2nd level, Total Elevation 3.5m
Materials
40mm dia Stainless Steel Tube for Railing x 6m length pcs 4
10mm dia x 6m, Stainless Steel Sub-railings pcs 16
37x150x10mmx6m Thk Stainless Steel Vertical Railing (Total = 18m) pcs 3
2-37 x 10mm thick Stainless Steel Vertical Railing (Total = 10m) pcs 3
Stringer 255mm width x 6m length (Total = 12m) pcs 2
Steel Grating Thread, 160/450mmW x 1130mmL sets 16
Welding Rod-Nihonweld (20 kilos/box) boxes 3
Tie Rope m 50
Grinding Disc/Blade pcs 20
Sanding paper pcs 100
PEPD.QF.03B Page 16 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 2
Epoxy paint or equivalent for Final Paint to Structural Steel gal 2
Polytuff for retouch gal 1
{Sub-Total}
9.1.1c Staircase near 2nd level Reception Area to 3rd level item 1
Observation Area / Museum, Total Elevation 3.15m
Materials
40mm dia Stainless Steel Tube for Railings and Posts pcs 8
(Total length=40m, 6m SS tube/lm)
Stringer 255mm width x 6m length (Total = 12m) pcs 2
Steel Grating Thread, 300mmW x 900mmL sets 21
Welding Rod-Nihonweld (20 kilos/box) boxes 3
Tie Rope m 50
Grinding Disc/Blade pcs 20
Sanding paper pcs 100
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 2
Epoxy paint or equivalent for Final Paint to Structural Steel gal 2
Polytuff for retouch gal 1
{Sub-Total}
9.1.1d Rainwater Harvester m 62
Materials
Rainwater Collector Blades, 11500mm length pcs 42
75mm x 200mm x 6000mm length, Steel Rectangular Hollow Core Section pcs 30
75mm x 75mm x 6000mmL Steel Square Hollow Core Section Joist pcs 6
6mm thk x 6000mm length L-Shape MS Plate pcs 30
Metal Louver Blades at the bottom of the Rainwater Harvester, 11500mmL pcs 108
1000mmx1000mm IBC Water Storage Tanks pcs 301000mmx1000mm IBC Water Storage Tanks pcs 30
100mm depth I-beam Water Tank Support @ 600mm spacing, 6m length pcs 60
75 x 50mm Metal Furring @400 c/c bothways, 6m length pcs 60
40 x 80mm Metal Furring @ 400 c/c bothways, 6m length pcs 30
Drain Pipe @ 6m lnegth pcs 15
Welding Rod-Nihonweld (20 kilos/box) boxes 26
Tie Rope m 300
Grinding Disc/Blade pcs 40
Sanding paper pcs 500
Paint Treatment to Sea water + Final Paint
Zinc Chromate Primer or equivalent gal 24
Epoxy paint or equivalent for Final Paint to Structural Steel gal 24
Polytuff for retouch gal 12
{Sub-Total}
9.1.2 Labor
2-Foreman @ P752.64/day = P1,505.28 days 17
6-Welders @ P605.36/day = P3,632.16 days 17
6-Unskilled Labor @ P364.80/day = P2,188.80 days 17
(for hauling and lifting of materials)
8 - Unskilled Labor @P364.80 = P2,918.40 days 7
{Sub-Total}
9.1.3 Equipment/Tools
4-Welding Machines (250 Amp. Gas/Diesel driven,(ACEL Rental rate=P42,900/month) months 4 included
4 - Portable Generator (Rental=P2,500/day) days 21 Steel Works
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 21
Jib Pole for elevating and hauling the structural steel materials units 4
Bamboo for Jib Pole frame @ 6m/bamboo pc. pcs 100
Below Miscellaneous Tools (assumed Rental rates)
Acetylene Tank + Torch for Cutting the Structural Steel (inc. refilling) units 2
Sanding Machine units 2
Grinding Machine units 2
{Sub-Total}
PEPD.QF.03B Page 17 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
9.2 10 28 00 Toilet, Bath, and Laundry Accessories
10 28 13 Toilet Accessories
Supply, delivery and installation of toilet accessories
including all necessary fixing accessories usage of
equipment and tools, all in accordance with
Consultant's issued drawings and specifications
(Drawing No. A2/01 rev.1)
9.2.1 Materials
Tissue Paper Holder at Toilets, 2nd level pcs 2
Robe Hook at Shower Areas, 2nd level pcs 2
1000mmH x 1300mmL Facial Mirror at Laundry/Locker at 2nd level pcs 1
Shower Enclosure with Door including Pre-fabricated Partition, at 2nd level sets 2
{Sub-Total}
9.2.2 Labor
1-Foreman @ P752.64/day = P752.64 days 2
3-Skilled Worker/Installer @ P605.36/day = P1,816.08 days 2
3-Unskilled Labor @ P364.80/day = P1,094.40 days 2
{Sub-Total}
9.3 Supply,delivery and installation of Kitchen Countertop
with bottom cabinet and other joinery works;
including water resistant and junctions to be
waterproofed and other items to complete the work,
all in accordance with Consultant's issued
drawings and specifications
(Drawing Nos. A2/01 rev.1 and A2/22)
9.3.1a 600mmW x 3850mmL x 100mmH Kitchen Countertop at Laundry/Locker Room
at 2nd level
Materials
Kitchen Countertop, 200mm x 200mm Ceramic Tiles pcs 60
100mm high Backsplash Ceramic Tiles m 4
Stainless Steel Kitchen Sink with Faucet pcs 2
Wood cabinetry with Painted Matt Finish including handles and accessories sets 4
700mmH x 900mmW
Cement Mortar bags 0.50
White cement filler kgs 2.00
{Sub-Total}
9.3.1b 600mmW x 2800mmL x 1000mmH Kitchen Countertop with Serving Counter
at Kitchen, at 2nd level
Materials
Kitchen Countertop, 200mm x 200mm Ceramic Tiles pcs 42
100mm high Backsplash Ceramic Tiles m 3
Stainless Steel Kitchen Sink with Faucet pcs 1
Wood cabinetry with Painted Matt Finish including handles and accessories, sets 3
700mmH x 900mmW
Cement Mortar bags 0.50
White cement filler kgs 2.00
Serving Counter with Stainless steel support unit 1.00
{Sub-Total}
9.3.1c Reception Desk/Table with Chair at Reception area, 2nd level
Materials
Reception Desk/Table and Chair set 1
{Sub-Total}
9.3.2 Labor
1-Foreman @ P752.64/day = P752.64 days 4
3-Carpenter @ P605.36/day = P1,816.08 days 4
3-Unskilled Labor @ P364.80/day = P1,094.40 days 4
1-Mason @ P605.36/day days 2
1-Unskilled Labor @ P364.80/day days 2
{Sub-Total}
PEPD.QF.03B Page 18 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
10 51 00 Lockers
10 51 13 Metal Lockers
9.4 Supply, delivery and installation of Rangers' Metal Lockers, Equipment Storage/Shelves
(Drawing Nos. A2/23 & A2/24)
9.4.1 Material
450mmW x 450mmD x 2000mmH Metal Locker unit 6
2000mmW x 325mmD x 2000mmH Metal Locker unit 6
2400mmW x 500mmD x 1850mmH Equipment Storage unit 1
900mmW x 450mmD x 2035mmH Equipment Shelves unit 2
{Sub-Total}
9.4.2 Labor
Placing of Metal Lockers
4-Unskilled Labor @ P364.80/day = P2,918.40 days 4
{Sub-Total}
X DIVISION 31 - EARTHWORKS
(refer to AMC-General Specifications,
Division 31 - Earthworks, pp.37-38 and
Drawing Nos. S-002 to S-003)
31 20 00 EARTH MOVING
31 23 00 Excavation and Fill
Extraction, removal and disposal regardless of
the character of material encountered which
might include breaking of solid core and the
like, within the limits of work, to the lines and
grades indicated on the drawings and depths
indicated, as specified, including manual
trimming and removing of unsuitable materials.trimming and removing of unsuitable materials.
10.1 Structural Excavation m3 132
10.1.1 Materials
Mini Bucket pcs 6
Shovel (to be used the other 5 pcs from Survey Works) pcs 4
Pick-axe "piko" pcs 6
Tie Rope m 60
{Sub-Total}
10.1.2 Labor
1-Foreman @ P752.64/day = P752.64 days 7
12-Unskilled Labor @ P364.80/day = P4,377.60 days 7
{Sub-Total}
10.2 Backfilling and compaction m3 88
10.2.1 Materials
Gravel bedding for Pile Cap m3 7
(Mini bucket , shovel, and others - already considered in Excavation) {Sub-Total}
10.2.2 Labor
1-Foreman @ P752.64/day = P752.64 days 5
12-Unskilled Labor @ P364.80/day = P4,377.60 days 5
{Sub-Total}
PEPD.QF.03B Page 19 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
31 23 19 Dewatering
Removal of subsurface water to permit
construction under reasonably maintained and
continuous dry conditions for preparation and
completion of the foundation works
10.3 Dewatering (including Hauling and Disposal)
10.3.1 Labor
for Construction of Sump Pit:
4-Unskilled Labor @ P364.80/day = P1,459.20 days 2
for Placing and Removal of Pumps and Hose;
2-Unskilled Labor @ P364.80/day = P729.60 days 2
for Maintenance of Pump:
2-Unskilled Labor @ P364.80/day = P729.60 days 14
{Sub-Total}
10.3.2 Equipment/Tools
2-Submersible Pumps, 50mm dia Suction, 5HP (ACEL Rental rate= P17,850/month) month 1
2-Suction Hose, 50mm dia (ACEL Rental rate = P1,953/month) 1
2-Discharge Hose, 50mm dia (ACEL Rental rate = P543/month) month 1
2 - Portable Generator (Rental=P2,500/day) days 14
Fuel (2 liters/hr = P100/hr, P1,000/working day of 10 hours) days 14
1-Mechanical Tamper, 250-280mm Shoe Size (ACEL Rental rate = P18,842/month) month 1
(for compacting of Gravel bedding and Sea Bed)
{Sub-Total}
31 40 00 SHORING AND UNDER PINNING
10.4 31 41 00 SHORING
Supply,delivery,installation and removal of
temporary sheet piling for soil protection and
executing the foundation works, including site
preparation; hauling, erecting and dismantling the preparation; hauling, erecting and dismantling the
plant items; staging, off-loading, handling and
and pitching piles; extracting; fixing other parts and
others to complete the works, all in accordance
with Consultant's issued drawings and specifications
Shoring - to Ranger Station, Main Module m 25
10.4.1 Materials
6000mmH x 600mmW Temporary Sheet Piles pcs 45
Bamboo for Sheet Piles support pcs 90
{Sub-Total}
10.4.2 Labor
1-Foreman @ P752.64/day = P752.64 days 10
4-Unskilled Labor @ P364.80/day = P729.60 days 10
2-Rigger @ 605.36 = P1,210.72 days 10
{Sub-Total}
10.4.3 Equipment/Tools
Crane Barge, non-propelled, GW-319 tons, NW-313 tons with mechanically
operated crane, 60 tons capacity (ACEL Rental rate = P499,642.00) month 1
Fuel days 10
{Sub-Total}
PEPD.QF.03B Page 20 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
31 60 00 SPECIAL FOUNDATION AND LOAD
BEARING ELEMENT
31 63 00 Concrete Piles
Fabrication, installation, loading/unloading, testing
and data recording of 15 meter pile, 6000 PSI (OSM-
cement, aggregates and rebar) concrete strength
with a minimum 600 KN capacity including usage of
all required tools and equipment, transporting from
Puerto Princesa fabrication site to Tubbataha site,
set-up and removal of equipments and pile driving,
all in accordance with Consultant's's issued
drawings and specifications
10.5 400mm x 400mm x 15000mm Concrete piles no 19
10.5.1 Materials m3 46
for Concrete Works:
Class AAA - 1:1:2 mixture ratio
Cement = 17.40 bags x 46m3 (40kg/bag) - OSM item bags 801
Sand = 0.61m3 x 46m3 - OSM item m3 29
Gravel = 1.94m3 x 46m3 - OSM item m3 90
Water (.10m3 water /1m3 of concrete) m3 10
for Rebar Works - OSM item:
for Formworks (456m2):
Phenolic Board, 1/2"x4'x8' pcs 165
2"x3"x12' Good Lumber (6 BF) bd.ft. 5,610
Common Wire Nail kgs 30
Concrete Nail kgs 40
#16 Tie Wire (Total Formworks m2/2000=Tie Wire, 1 Roll = 40 kilos kgs 20
{Sub-Total}{Sub-Total}
10.5.2 Labor
On-shore (at Puerto Princesa) - Fabrication of Concrete Piles
2-Foreman @ P752.64/day = P752.64 days 21
6-Mason @ P605.36 = P3,632.16 days 21
6-Carpenter @ P605.36 = P3,632.16 days 21
6-Steelman @ P605.36 = P3,632.16 days 21
8-Unskilled Labor @ P364.80/day = P2,918.40 days 21
2-Rigger @ 605.36 = P1,210.72 days 2
Off-shore (at Tubbataha Site) - Unloading and Driving of Piles
1-Foreman @ P752.64/day = P752.64 days 7
2-Rigger @ 605.36 = P1,210.72 days 7
4-Unskilled Labor @ P364.80/day = P1,459.20 days 7
{Sub-Total}
10.5.3 Equipment/Tools
Pile Driver - DELMAG, Single Acting D100-13
(ACEL Rental rate=P10,527/hour + 13% Premium) hours 56
Truck Mounted / Boom Truck-Capacity 241-260 MT/350 HP
(ACEL Rental rate = P9,552/hour) hours 32
Forklift-Capacity 45.35 MT / 360 HP (ACEL Rental rate=P7,022/hour) hours 32
Fuel liters 512
{Sub-Total}
PEPD.QF.03B Page 21 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
XI DIVISION 22 - PLUMBING WORKS
(refer to AMC-General specifications,Division 22
& 26 - MEP Works, pp 24-27 & pp 30-37 and drawing
Works pp 24-27 & pp 30-37 and Drawing Works
pp 24-27 & pp 30-37 and Drawing Nos. E1/01 E2/01
E2/01 to E2/04 P1/02, M1/01 to M1/04.
22 05 23 General-Duty Valves for Plumbing Piping
11.1 Supply, delivery and installation of Gate Valve
11.1.1 Materials
32 mm diameter pcs 13
20 mm diameter pcs 2
15 mm diameter pcs 4
Teflon pcs 30
{Sub-Total}
11.1.2 Labor
1-Plumber @ P605.36/Day day 2
2-Unskilled Labor @ P364.80/Day = P729.60 day 2
{Sub-Total}
11.2 Supply, delivery and installation of Check Valve
11.2.1 Materials
32 mm diameter pcs 12
Teflon pcs 24
{Sub-Total}
11.2.2 Labor
1-Plumber @ P605.36/Day day 11-Plumber @ P605.36/Day day 1
2-Unskilled Labor @ P364.80/Day = P729.60 day 1
{Sub-Total}
22 10 00 Plumbing Piping
22 11 00 Facility Water Distribution
11.3 Domestic Water Piping
Cold Water Line (Rainwater)
Supply, delivery and installation of Rehau
pipe (cross linked high density polyethylene, PE -Xa)
or equivalent type including fittings, painting sleeves,
supports, hangers, and other miscellaneous items as
shown and as required to complete the system.
11.3.1 Materials
32 mm diameter x 25 meter Length / roll rolls 4
20 mm diameter x 5 meter Length / roll rolls 5
15 mm diameter x 5 meter Length / roll rolls 5
{Sub-Total}
11.3.2 Labor
1-Plumber @ P605.36/Day day 8
2-Unskilled Labor @ P364.80/Day = P729.60 day 8
{Sub-Total}
11.4 Supply, delivery and installation of compression fitting,
Brass male adaptor
11.4.1 Materials
32 mm diameter pcs 58
20 mm diameter pcs 2
15 mm diameter pcs 4
Brass female adaptor
20 mm diameter pcs 4
15 mm diameter pcs 10
{Sub-Total}
PEPD.QF.03B Page 22 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
11.4.2 Labor
1-Plumber @ P605.36/Day day 4
2-Unskilled Labor @ P364.80/Day = P729.60 day 4
{Sub-Total}
Cold Water Line (Sea water)
11.5 Supply, delivery and installation of Rehau
pipe (cross linked high density polyethylene, PE -Xa) or
equivalent type including fittings, painting sleeves,
supports, hangers, and other miscellaneous items as
shown and as required to complete the system.
11.5.1 Materials
32 mm diameter x 25 meter Length / roll rolls 1
20 mm diameter x 5 meter Length / roll rolls 2
{Sub-Total}
11.5.2 Labor
1-Plumber @ P605.36/Day day 2
2-Unskilled Labor @ P364.80/Day = P729.60 day 2
{Sub-Total}
22 11 23 Domestic Water Pumps
11.6 Supply, delivery and installation of pumps including
fittings, controls, wirings, conduits, supports, vibration
isolators, and other necessary items as shown and as
required to complete the system.
11.6.1 Materials
Sea water pumpSea water pump
33 GPM at 30m TDH, 2.2 kw set 1
{Sub-Total}
11.6.2 Labor
1-Plumber @ P605.36/Day day 8
2-Unskilled Labor @ P364.80/Day = P729.60 day 8
{Sub-Total}
22 13 00 Facility Sanitary Sewerage
Sewer Line
11.7 Supply,delivery and installation of Polyvinyl Chloride Pipe
(PVC) series 1000 including fittings supports and other
miscellaneous items as shown and as required to
complete the system
11.7.1 Materials
100 mm diameter x 3 meter Length / piece pcs 12
75 mm diameter x 3 meter Length / piece pcs 2
50 mm diameter x 3 meter Length / piece pcs 5
Solvent Cement, 400 cc / Can cans 4
{Sub-Total}
11.7.2 Labor
2-Plumber @ P605.36/Day =P 1210.72 day 5
2-Unskilled Labor @ P364.80/Day = P729.60 day 5
{Sub-Total}
11.8 Supply, delivery and installation of shower drain, floor drain and floor cleanout
11.8.1 Materials
50 mm diameter shower drain pcs 2
50 mm diameter floor drain pcs 2
100 mm diameter floor cleanout pcs 4
{Sub-Total}
PEPD.QF.03B Page 23 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
11.8.2 Labor
1-Plumber @ P605.36/Day day 1
2-Unskilled Labor @ P364.80/Day = P729.60 day 1
{Sub-Total}
Kitchen waste pipe
11.9 Supply, delivery and installation of Polyvinyl Chloride Pipe
(PVS) series 1000 including fittings supports and other
miscellaneous items as shown and as required to
complete the system
11.9.1 Materials
100 mm diameter x 3 meter Length / piece pcs 6
Solvent Cement, 400 cc / Can cans 1
{Sub-Total}
11.9.2 Labor
1-Plumber @ P605.36/Day day 2
2-Unskilled Labor @ P364.80/Day = P729.60 day 2
{Sub-Total}
11.10 Supply of grease interceptor
11.10.1 Materials
Grease trap capacity 4GPM pcs 1
{Sub-Total}
11.10.2 Labor
1-Plumber @ P605.36/Day day 1
1-Unskilled Labor @ P364.80/Day day 1
{Sub-Total}
Vent Line
11.11 Supply, delivery and installation of Polyvinyl Chloride Pipe
(PVC) series 1000 including fittings supports and other(PVC) series 1000 including fittings supports and other
miscellaneous items as shown and as required to
complete the system
11.11.1 Materials
50 mm diameter x 3 meter Length / piece pcs 10
Solvent Cement, 400 cc / Can cans 1
{Sub-Total}
11.11.2 Labor
1-Plumber @ P605.36/Day day 1
2-Unskilled Labor @ P364.80/Day = P729.60 day 1
{Sub-Total}
22 13 53 Facility Septic Tanks
11.12 Supply, delivery and installation of portable septic tank
"INCA" STAH2500 including fittings, markings, supports
and other miscellaneous items as shown and as required
to complete the system
11.12.1 Materials
Portable septic tank, 2500 Liters pcs 1
{Sub-Total}
11.12.2 Labor
1-Foreman @ P752.64/Day day 3
1-Plumber @ P605.36/Day day 3
3-Unskilled Labor @ P364.80/Day = P1,094.40 day 3
{Sub-Total}
PEPD.QF.03B Page 24 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
22 14 00 Facility Storm Drainage
Storm Line
11.13 Supply, delivery and installation of Polyvinyl Chloride Pipe
(PVC) series 1000 including fittings supports and other
miscellaneous items as shown and as required to
complete the system
11.13.1 Materials
100 mm diameter x 3 meter Length / piece pcs 12
Solvent Cement, 400 cc / Can cans 2
{Sub-Total}
11.13.2 Labor
1-Plumber @ P605.36/Day day 4
2-Unskilled Labor @ P364.80/Day = P729.60 day 4
{Sub-Total}
11.14 Supply and install of roof drain
11.14.1 Materials
100 mm diameter pcs 2
{Sub-Total}
11.14.2 Labor
1-Plumber @ P605.36/Day day 1
2-Unskilled Labor @ P364.80/Day = P729.60 day 1
{Sub-Total}
22 14 53 Rainwater Storage Tanks
11.15 Supply, delivery and installation of elevated water tanks
including fittings, markings, supports and other
miscellaneous items as shown and as required to
complete the system
11.15.1 Materials
1152 mm L x 966 mm W x 1050mm H, MDPE Horizontal pcs 2
Cistern Tank, "INCA"- Intermediate Bulk Container(IBC) {Sub-Total}
11.15.2 Labor
1-Foreman @ P752.64/Day day 5
1-Plumber @ P605.36/Day day 5
2-Unskilled Labor @ P364.80/Day = P729.60 day 5
{Sub-Total}
11.16 Seawater Storage Tanks
11.16.1 Materials
1152 mm L x 966 mm W x 1050mm H, MDPE Horizontal pcs 1
Cistern Tank,"INCA" - Intermediate Bulk Container(IBC) {Sub-Total}
11.16.2 Labor
1-Foreman @ P752.64/Day day 2
1-Plumber @ P605.36/Day day 2
2-Unskilled Labor @ P364.80/Day = P729.60 day 2
{Sub-Total}
11.17 22 40 00 Plumbing Fixtures
Supply, delivery and installation of plumbing fixtures
including fittings, supports and other miscellaneous
items as shown and as required to complete the system.
11.17.1 Materials
Lavatory (Rectangular) - under the counter pcs 3
Lavatory (Wall Hung) pcs 1
Lavatory faucet pcs 4
Urinal pcs 2
Shower set pcs 2
Water Closet pcs 2
Kitchen Sink pcs 1
PEPD.QF.03B Page 25 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
Kitchen Sink faucet pcs 1
Ordinary Faucet pcs 2
{Sub-Total}
11.17.2 Labor
1-Foreman @ P752.64/Day day 9
1-Plumber @ P605.36/Day day 9
1-Unskilled Labor @ P364.80/Day day 9
{Sub-Total}
XII DIVISION 26 - ELECTRICAL WORKS
(refer to AMC-General specifications,Division 22
& 26 - MEP Works, pp 24-27 & pp 30-37 and drawing
Works pp 24-27 & pp 30-37 and Drawing Works
pp 24-27 & pp 30-37 and Drawing Nos. E1/01 E2/01
E2/01 to E2/04 P1/02, M1/01 to M1/04.
26 00 00 - ELECTRICAL
26 05 00 Common Work Results for Electrical
12.1 26 05 19 Low Voltage Electrical Power Conductors and Cables
Supply, Delivery and Installation of wires and cables
including necessary consumable, wire identification
and other materials required all in accordance with
Consultants issued drawings and specifications.
12.1.1 Materials
THW Stranded Copper Wire
8.0 mm² THW Stranded Copper Wire / 150 m per roll m 55
5.5 mm² THW Stranded Copper Wire / 150 m per roll m 220
3.5 mm² THW Stranded Copper Wire / 150 m per roll m 806
2.0 mm² THW Stranded Copper Wire / 150 m per roll m 1,0842.0 mm² THW Stranded Copper Wire / 150 m per roll m 1,084
TW Stranded Copper Wire
2.0 mm² TW Stranded Copper Wire / 150 m per roll m 1082
For Solar System
12 mm² cable wire / 150 m per roll m 93
Wires for switches roughing-ins
3.5 mm² THW Stranded Copper Wire / 150 m per roll m 700
{Sub-Total}
12.1.2 Labor
4- Electrician @ P703.52/day = P2,814.08 days 5
5-Unskilled Labor @ P364.80/day = P1,824.00 days 5
{Sub-Total}
12.2 26 05 33 Raceway and Boxes for Electrical System
Supply, delivery and installation of polyvinyl conduit
(PVC) including tagging, painting, fittings, hangers supports
etc. all in accordance consultants issued drawings and specifications.
12.2.1 Materials
PVC pipes for above wirings
25 mm Ø / 3m per length m 125
20 mm Ø / 3m per length m 827
PVC Pipes for switches roughing-ins
20 mm Ø / 3m per length m 200
Supply of flexible metal conduit including fittings and support
15 mm Ø / 3m per length m 127
Supply of flexible metal connector.
15 mm Ø no 254
Supply of boxes and pull boxes including hangers and supports
Utility Box no 33
Junction Box no 127
Square Box no 1
Pull box ( type and size as required) no 1
{Sub-Total}
PEPD.QF.03B Page 26 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
12.2.2 Labor
3- Electrician @ P703.52/day = P2,110.56 days 8
1-Unskilled Labor @ P364.80/day = P364.80 days 8
{Sub-Total}
12.3 26 08 00 Commissioning of Electrical System
Supply labor consumables and necessary testing equipment
needed to complete the above work in accordance with the
testing procedure required by the consultant.
12.3.1 Materials
Checklist Functional Performance Test:
Secondary service electrical systems
Equipment monitoring
Distribution & branch circuit panelboards
Lighting fixtures and controls
Lighting protection equipment & lighting protection system
Fire alarm equipment monitoring system
Grounding equipment and building grounding system
Emergency generators and distribution systems Lot 1
{Sub-Total}
12.3.2 Labor
1-Foreman @ P752.64/day = P752.64 days 2
3-Electrician @ P703.52/day = P2,110.56 days 2
{Sub-Total}
12.4 26 20 00 Low Voltage Electrical Transmission
26 24 00 Switchboards and Panelboards
Supply, delivery and installation of panelboards complete
with nameplates, termination materials, busbars, extension
busbar, breakers, supports including all necessary accessories,busbar, breakers, supports including all necessary accessories,
all in accordance with consultants issued drawings
and specifications.
12.4.1 Materials
Panel LPMM set 1
Main: 30AT/60AF ,2P, 240V
Branches:
8-20AT/ 60AF, 2P
6-15AT/ 60AF, 2P
In NEMA 1 surface mounted
{Sub-Total}
12.4.2 Labor
1-Foreman @ P752.64/day = P752.64 days 2
1- Electrician @ P703.52/day = P703.52 days 2
1- Unskilled Labor @ P364.80/day = P364.80 days 2
{Sub-Total}
12.5 26 27 27 Wiring Devices
Supply delivery and installation of wiring devices including
necessary supports and accessories, all in accordance with
consultants issued drawings and specifications.
12.5.1 Materials
Outlets
Duplex receptacle outlet no 5
Duplex receptacle outlet, weatherproof no 2
Range Outlet no 1
Refrigerator Outlet no 1
Washing machine outlet no 1
Floor Outlet no 13
Floor Outlet, weatherproof (WP) no 9
Fan hanger receptacle outlet no 18
PEPD.QF.03B Page 27 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
Supply of switches roughing-ins
Utility Box sets 33
3 gang Switch, Conventional,230V,15A sets 7
2 gang Switch, Conventional,230V,15A sets 18
1 gang Switch, Conventional,230V,15A sets 5
{Sub-Total}
12.5.2 Labor
3- Electrician @ P703.52/day = P2,110.56 days 6
3- Unskilled Labor @ P364.8/day = P1,094.40 days 6
{Sub-Total}
26 28 00 Low voltage Circuit Protective Devices
12.6 26 28 16 Enclosed Switches and Circuit Breakers
Supply delivery and installation of circuit breaker including
necessary supports and acessories, all in accordance with
consultants issued drawings and specifications.
12.6.1 Materials
30AT/60AF,2P NEMA 1 surfaced mounted sets 2
{Sub-Total}
12.6.2 Labor
1- Electrician @ P703.52/day days 1
1-Unskilled Labor @ P364.80/day days 1
{Sub-Total}
12.7 26 31 00 Photovoltaic Collectors
Supply delivery and installation of Solar Panel including
necessary supports and accessories, all in accordance with
consultants issued drawings and specifications.
12.7.1 Materials - OSM / by Others12.7.1 Materials - OSM / by Others
PV Solar panel, 24vdc, 350 W sets 48
10KW, 125-150A, Inverter with MPPT charge controller sets 1
Solar battery, deep cycle, 12Vdc, 250Ah, in 96Vdc inverter system sets 40
LED flashing beacon with stand alone solar system sets 1
12.7.2 Labor
1-Foreman @ P752.64/day = P752.64 days 7
4- Electrician @ P703.52/day = P2,814.08 days 7
4-Unskilled Labor @ P364.80/day = P1,459.20 days 7
{Sub-Total}
12.8 26 32 13 Engine Generators
Supply, delivery and installation of generating set, complete
with accessories and all anciliary works as shown and specified.
12.8.1 Materials
10KW, 1Ø, 230V, 60Hz Generator Set set 1
Genset switchboard set 1
Incoming/lineside: 1-40AT, 2P
Outgoing/loadside:2-30AT, 2P
Fuel Oil System liters 3300
{Sub-Total}
12.8.2 Labor
1-Foreman @ P752.64/day =P752.64 days 4
3- Electrician @ P703.52/day = P2,110.56 days 4
3- Unskilled Labor @ P364.8/day = P1,094.40 days 4
{Sub-Total}
PEPD.QF.03B Page 28 of 29
: TUBBATAHA REEFS NATURAL PARK RANGER STATION
: TUBBATAHA, CAGAYANCILLO, PALAWAN, PHILIPPINES
QTY. AMOUNTUNIT COST
Project
Location
ITEM NO. DESCRIPTION UNIT
12.9 26 36 00 Transfer Switches
Supply, delivery and installation of transfer switch complete
with nameplates, termination materials, busbars, extension
busbars, breakers, supports including all necessary accessories,
all in accordance with Consultants issued drawings and
specifications.
12.9.1 Materials
30AT, 230V, 60Hz, ATS set 1
{Sub-Total}
12.9.2 Labor
1-Foreman @ P752.64/day days 2
2- Electrician @ P703.52/day = P1,407.04 days 2
2- Unskilled Labor @ P364.80/day = P729.60 days 2
{Sub-Total}
12.10 26 50 00 Lighting
Installation of lighting fixtures including hangers, supports, fittings,
and all necessary materials and consumables, all in accordance
with Consultants issued drawings and specifications.
12.10.1 Materials
3W, LED Pinlight weatherproof (IP 45) sets 32
3W, LED Pinlight (IP 68) sets 32
3W, LED Pinlight (IP 58) sets 12
3W, Industrial LED light (IP 65) connection to steel beams sets 23
8W, Industrial LED light (IP 67) provide connections sets 6
6W, Tower Light (IP 65) provide connections to steel beam sets 4
{Sub-Total}
12.10.2 Labor12.10.2 Labor
5- Electrician @ P703.52/day = P3,517.60 days 7
5- Unskilled Labor @ P364.80/day = P1,324.00 days 7 1,324.00
{Sub-Total}
PEPD.QF.03B Page 29 of 29
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
A.1/01 rev.1 Perspective Architectural 14-Jul-2015 A1
RANGER STATION
A.2/01 rev.1 Ranger station Architectural 14-Jul-2015 A1
First Level Floor Plan
Second Level Floor Plan
A.2/02 rev.1 Ranger station Architectural 14-Jul-2015 A1
Third Level Floor Plan
Roof Plan
A.2/03 rev.1 Ranger station Architectural 14-Jul-2015 A1
Elevation A
Elevation B
A.2/04 rev.1 Ranger station Architectural 14-Jul-2015 A1
Section A
Section B
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
Section B
A.2/05 rev.1 Ranger station Architectural 14-Jul-2015 A1
First Level Floor Finishes Plan
Second Level Floor Finishes Plan
A.2/06 rev.1 Ranger station Architectural 14-Jul-2015 A1
Third Level Floor Finishes Plan
First Level Reflected Ceiling Plan
A.2/07 rev.1 Ranger station Architectural 14-Jul-2015 A1
Second Level Reflected Ceiling Plan
Third Level Reflected Ceiling Plan
A.2/08 rev.1 Ranger Station Spiral Stair Detail Architectural 14-Jul-2015 A1
Spiral Stair Plan 1
Spiral Stair Elevation 2
Spiral Stair Baluster Detail A
Spiral Stair Baluster Detail B
Spiral Stair Baluster Detail C
Spiral Stair Baluster Detail D
Ranger Station Cage Ladder Detail
Plan View
Isometric View
Ladder Detail
Front View
Side View
A.2/09 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Door Schedule
Window Schedule
A.2/10 rev.1 Ranger Station Unisex Toilet Details Architectural 14-Jul-2015 A1
Unisex Toilet Floor Plan
Page 1 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
Unisex Toilet Floor Drain Plan
Unisex Toilet reflected Ceiling Plan
Section A
Section B
Section C
Section D
A.2/11 rev.1 Ranger Station Shower Room Details Architectural 14-Jul-2015 A1
Shower Room Floor Plan
Shower Room Floor Drain Plan
Shower room Reflected Ceiling Plan
Section A
Section B
Section C
Typical Counter Detail
A.2/11 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Entrance Door to the Dome detail Entrance Door to the Dome detail
Spot detail of Steel Stair at the Entrance of Dome
Water Harvester detail
A.2/13 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Rainwater Harvester detail
Rainwater Harvester Blades detail
Isometric View of Concrete Steel Decking detail
Planter Box detail
A.2/14 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Storm Shutter spot detail
Awning Type Storm Shutter spot detail
A.2/15 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Bay Section detail
A.2/16 rev.1 Ranger Station Architectural 14-Jul-2015 A1
Dome Plan
Dome Section
Dome Elevation
Isometric View of Solid Polycarbonate Connection
Typical Solid Polycarbonate Connection spot detail
A.2/17 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Isometric View of Enclosure along Dome
Typical Metal Louver on Metal Frame spot detail
Typical M.S. Plate Frame spot detail
Enclosure detail
A.2/18 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Isometric View of First Level Metal Louver Enclosure
Metal Enclosure Plan View
Typical Metal Enclosure Plan View
Page 2 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
Enclosure Detail
Accordion Door Detail
Enclosure Elevation
Typical Metal Enclosure Elevation
A.2/19a rev.0 Ranger Station Architectural 14-Jul-2015 A1
Planter Module and Storage Cabinet Plan View
Storage Cabinet details
Isometric View
Front Elevation
Side Elevation
Rear Elevation
Section Detail
A.2/19b rev.0 Ranger Station Module Planter Details Architectural 14-Jul-2015 A1
Isometric Drawing Plant Box 1
Plan View Plant Box 1
Plant box Top Plant Box 1 Plant box Top Plant Box 1
Plant box Bottom Plant Box 1
Isometric Drawing Plant Box 2
Plant box Section Plant Box 2
Plant box Top Plant Box 2
Plant box Bottom Plant Box 2
Front Elevation
Typical Side Elevation
Rear Elevation
Section Detail
A.2/20 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Typical CHB Partition detail
Typical CHB Partition at Toilet detail
Typical Drywall Partition detail
Typical CHB Wall section
Typical Toilet Wall section
Typical Drywall section
Typical Drywall Base detail
Typical CHB Base detail
Typical Drywall Partition Head detail
A.2/21 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Typical Drywall Suspension System Detail Iso view
Stair Plan at Reception Area
Typical Baluster Spot detail
Stair Section at Reception Area
Steel Grating Tread
Isometric View of Spiral Stair and Cage Ladder
A.2/22 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Page 3 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
Kitchen Plan
Kitchen Isometric View
Elevation
Section
A.2/23 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Ranger's Locker Isometric view
Ranger's Locker Plan view
Ranger's Locker elevation
Gun Storage Isometric view
Gun Storage section
Gun Rack detail
A.2/24 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Scuba Equipment Storage A at First Level
Isometric View
Plan View
Elevation Elevation
Section
Scuba Equipment Shelves Isometric view
Plan view
Elevation
Section
A.2/25 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Retractable Steel Ramp at First Level
Steel Ramp Plan view
Piano Hinge detail
Steel Ramp section
Typical Railing Connection to C-Channel
Modular Pontoon details
A.2/26 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Rainwater Harvester Plan view
Rainwater Harvester Plan view Individual Tray
Metal Blades profile
Rainwater Harvester exploded drawing
Wrap Around Louvers
A.2/27 rev.0 Ranger Station Architectural 14-Jul-2015 A1
Perimeter Fence
RESEARCH CENTER
A.3/01 rev.0 Research Center Architectural 14-Jul-2015 A1
First Level Floor Plan
Second Level Floor Plan
Roof Plan
A.3/02 rev.0 Research Center Architectural 14-Jul-2015 A1
Page 4 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
Elevation A
Rainwater Harvester Section detail
Section A
Typical Horizontal Railing Detail
A.3/03 rev.0 Research Center detail of Toilet and Shower Facility Architectural 14-Jul-2015 A1
Shower Room Floor Drain Plan Layout
Shower Room Reflected Ceiling Plan
Shower Room Floor Plan
Shower Room Section A
Shower Room Section B
Toilet Floor Drain Plan Layout
Toilet Reflected Ceiling Plan
Toilet Floor Plan
Toilet Section A
Toilet Section B
A.3/04 rev.0 Research Center Architectural 14-Jul-2015 A1A.3/04 rev.0 Research Center Architectural 14-Jul-2015 A1
Door Schedule
Window Schedule
Water Harvester detail
A.3/05 rev.1 Research Center Architectural 14-Jul-2015 A1
Water Container Placement Plan Beneath the Roof
Second Level Floor Finishes Plan
First Level Reflected Ceiling Plan
Second Level Reflected Ceiling Plan
HELIPAD
A.4/01 rev.0 Helipad Architectural 14-Jul-2015 A1
First Level Floor Plan
Second Level Floor Plan
A.4/02 rev.0 Helipad Architectural 14-Jul-2015 A1
First Level Floor Finishes Plan
Second Level Floor Finishes Plan
A.4/03 rev.0 Helipad Architectural 14-Jul-2015 A1
First Level Reflected Ceiling Plan
Second Level Reflected Ceiling Plan
A.4/04 rev.0 Helipad Architectural 14-Jul-2015 A1
Heliport Lighting Layout
Safety Net Outrigger detail
Helipad Trench Drain detail
Water Container Platform detail
A.4/05 rev.0 Helipad Architectural 14-Jul-2015 A1
Helipad Drainage Plan
Water Container Placement Plan
Page 5 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
A.4/06 rev.0 Helipad Architectural 14-Jul-2015 A1
Elevation A
Section A
A.4/07 rev.0 Helipad Stair Details Architectural 14-Jul-2015 A1
Stair Plan
Stair Section
Kerb and Railing at Landing Turn
Typical Stair Railing detail
Typical Handrail at Fight Top
Grating Tread detail
Typical Top Mount Connection to Stringer/C-Chnanel
STRUCTURAL
S/001 rev.0 General Notes Structural 14-Jul-2015 A1
Notes on Masonry and Concrete Blocks
Construction Notes Construction Notes
Table of Lap Splice and Anchorage Length
S/002 rev.0 Foundation Plan Structural 14-Jul-2015 A1
Research Center
Ranger Station
Helipad
S/003 rev.0 First Level Framing Plan Structural 14-Jul-2015 A1
Research Center
Ranger Station
Helipad
S/004 rev.1 Second Level Framing Plan Structural 14-Jul-2015 A1
Research Center
Ranger Station
Helipad
S/005 rev.0 Third Level Framing Plan Structural 14-Jul-2015 A1
Research Center
Ranger Station
Helipad
S/006 rev.1 Roof Framing Plan Structural 14-Jul-2015 A1
Research Center
Ranger Station
Helipad
S/007 rev.1 Typical Section Structural 14-Jul-2015 A1
Ranger Station
S/008 rev.1 Schedule of Column Structural 14-Jul-2015 A1
Schedule of Slab Reinforcement
Schedule of Reinforced Concrete Beam
Typical Reinforced Concrete Beam Elevation
Page 6 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
S/009 rev.1 Connection Details Structural 14-Jul-2015 A1
Connection detail 1
Connection detail 2
Connection detail 3
Connection detail 4
Connection detail 4a
Connection detail 5
Connection detail 5a
Connection detail 6
Connection detail 6a
Connection detail 7
Connection detail 7a
Section thru A
Section thru B
Section thru C
Section thru D Section thru D
Section thru E
Section thru F
S/010 rev.0 Detail of Bored Pile Structural 14-Jul-2015 A1
Pile Cap Partial Elevation for Ranger Station
S/011 rev.0 Pile Cap Partial Elevation for Research Center Structural 14-Jul-2015 A1
Pile Cap Partial Elevation for Helipad
PLUMBING
P.1/01 rev.0 Water Supply Line Plan Plumbing 14-Jul-2015 A1
Ranger Station
Research Center
Helipad
P.1/02 rev.0 Drainage Plan Plumbing 14-Jul-2015 A1
Ranger Station
Research Center
Helipad
E.1/01 rev.0 Ranger Station Electrical 14-Jul-2015 A1
Load Schedule and Computation
General Notes
Solar Powerline Diagram
E.2/01 rev.0 Ranger Station Electrical 14-Jul-2015 A1
First Level Lighting Layout
Second Level Lighting Layout
E.2/02 rev.0 Ranger Station Electrical 14-Jul-2015 A1
Third Level Lighting layout
Light Room Lighting Layout
E.2/03 rev.0 Ranger Station Electrical 14-Jul-2015 A1
Page 7 of 8
QS-002 / Rev. 2 / 01 Jul. 2010
Proj. Name : TUBBATAHA REEFS NATURAL PARK RANGER STATION Issuance Type : BID PLANS
Client : WORLD WIDE FUND PHILIPPINES Revision No. :
Designer : AGUILA-MELGAZO CONSTRUCTION Date Received : 27 May 2015
Registered by : ROYLAN V. OCAMPO / SPQS-CE Date : 9 June 2015 No. of Sets : 1
(formerly Rider Hunt Liacor, Inc.)
DRAWING REGISTER
RIDER LEVETT BUCKNALL PHILIPPINES, INC.
DRAWING NO. REMARKSDRAWING DISCIPLINE DATE ISSUEDDRAWING
SIZETITLE
First Level Lighting Layout
Second Level Power Layout
E.2/04 rev.0 Ranger Station Electrical 14-Jul-2015 A1
Third Level Power Layout
Light Room Power Layout
E.3/01 rev.0 Research Center Electrical 14-Jul-2015 A1
First Level Lighting Layout
Second Level Lighting Layout
E.3/02 rev.0 Research Center Electrical 14-Jul-2015 A1
First Level Power Layout
Second Level Power Layout
E.4/01 rev.0 Helipad Electrical 14-Jul-2015 A1
Under the Bridge Lighting Layout
Under the Helideck Lighting Layout
E.4/02 rev.0 Helipad Electrical 14-Jul-2015 A1
Helideck Ligthing Layout Helideck Ligthing Layout
E.4/03 rev.0 Helipad Electrical 14-Jul-2015 A1
Maintenance Area Level Power Layout
Helideck Level Power Layout
FIRE PROTECTION
M.1/01 rev.0 Fire Protection Plan Fire Protection 14-Jul-2015 A1
Ranger Station
Research Center
Helipad
M.1/02 rev.0 Ranger Station Fire Protection 14-Jul-2015 A1
Water Pump Location Plan
Seawater Distribution System Plan
M.1/03 rev.0 Ranger Station Fire Protection 14-Jul-2015 A1
Seawater Distribution System Plan Section
Seawater Distribution System Plan Isometrci Diagram
M.1/04 rev.0 Research Center Fire Protection 14-Jul-2015 A1
Seawater Distribution System Plan Section
Seawater Distribution System Plan Isometric Diagram
TOTAL NO. OF SHEETS 68
Page 8 of 8
ITEM DESCRIPTION SUBMITTED
1
One (1) set of "ORIGINAL COPY" [1st and 2nd Envelope to be sealed and marked
in One (1) outer envelope]
A ELIGIBILITY AND TECHNICAL COMPONENTS (Original Copy-1st Envelope)
Eligibility Documents
Class "A" Documents
a.1
Registration Certificate from Securities and Exchange Commission (SEC), Department
of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development
Authority (CDA) for cooperatives.
a.2
Mayor's Permit issued by the city or municipality where the principal place of business of
the prospective bidder is located
a.3
Statement of all its on-going and completed government and private contracts within ten
(10) years from the submission of bids, including contracts awarded but not yet started, if
any. - (see attached Appendices P & Q)
a.4
Valid PhilippineContractors Accreditation Board (PCAB) license and registration for the
type and cost of the contract for this project & PCAB License/Registration Particulars
(see attached Appendix O)
a.5
Audited financial statements, showing among others, the prospective total and current
assets and liabilities, stamped "received" by the BIR or its duly authorized or accredited
institutions.
a.6
NFCC Computations in accordance with ITB Clause 21.5. (CLC is not considered as
alternate to NFCC)
a.7 Contractor's Profile (see attached Appendix N)
a.8
Contractor's Performance Evaluation System(CPES) Final Rating issued by DPWH,
which must be at least satisfactory
a.9
Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and
approved by the BIR.
a.10 Latest Income and business TaxReturns filed through EFPS(E.O.398, s.2005)
a.11 Renewed Certificate of PhilGEPS Registration
a.12
Tax Clearance issued by the Provincial Treasurer's office as proof of full and timely
payment of taxes/fees due to the PGP, and/or Certification issued by the Provincial
assessors as to "no landholdings" within the tax jurisdiction of Palawan.
Class "B" Documents
a.13
if applicable, valid Joint Venture Agreement (JVA) or, in lieu therof, duly notarized
statements from all the potential joint venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance that the bid is successful shall be
included in the bid.
Technical Documents
a.14 Bid Security or Bid Securing Declaration
a.15 Sworn Statement using the form prescribed in Appendix I
B TENDER AND FINANCIAL COMPONENTS (Original Copy-1st Envelope)
b.1 Instructions to Bidders
b.2 Letter of Certification from the Owner approved bonding and/or insurance company
b.3 Form of Bid
b.4 Main Construction Agreement
b.5 General Conditions of Contract
b.6 Special Conditions of Contract
b.7 Summary of Bid
b.8 Bill of Preliminaries/ General Requirements
b.9 Trade Preambles
b.10 Rules for Construction Measurement
b.11 Bills of Quantities / Bills of Materials
Tubbataha Management Office
Tubbataha Reefs Natural Park Ranger Station
CP-01: General Construction Works (Main Module)
BID SUBMISSION CHECKLIST
Bid Submission Checklist
CP-01: General Construction Works
Tubbataha Reefs Natural Park Ranger Station
Page 1 of 2
Bid Documents - July 2015
Prepared by: Rider Levett Bucknall Phils. Inc.
ITEM DESCRIPTION SUBMITTED
Tubbataha Management Office
Tubbataha Reefs Natural Park Ranger Station
CP-01: General Construction Works (Main Module)
BID SUBMISSION CHECKLIST
b.12 Bid Specification
b.13 Bid Drawings with Drawing Register (in A3 size paper)
b.14 Master Construction Program
b.15 Manpower Schedule
b.16 Cash Flow Forecast
b.17 Equipment Schedule
b.18 Organizational Chart
b.19 List of Domestic Sub-contractors
b.20 Key Personnel Resumes
b.21 Construction Methodology
b.22 Site Safety Program
b.23 Completed BOQ on CD in excel format
b.24 Bid Submission Checklist duly completed
b.25 Appendices A - Q inclusive
b.26 Issued Bid Bulletins
b.27 Issued Addenda Drawings
2
One (1) set of "COPY NO.1" [1st and 2nd Envelope to be sealed and marked in
One (1) outer envelope]
ELIGIBILITY AND TECHNICAL COMPONENTS (Copy No.1-1st Envelope)
TENDER AND FINANCIAL COMPONENTS (Copy No.1-2nd Envelope)
3
One (1) set of "COPY NO.2" [1st and 2nd Envelope to be sealed and marked in
One (1) outer envelope]
ELIGIBILITY AND TECHNICAL COMPONENTS (Copy No.2-1st Envelope)
TENDER AND FINANCIAL COMPONENTS (Copy No.2-2nd Envelope)
Above COPY NO.1 and COPY NO.2 should have the same complete documents
with the ORIGINAL COPY.
Submitted by: _______________________
Date : _________________________
Bid Submission Checklist
CP-01: General Construction Works
Tubbataha Reefs Natural Park Ranger Station
Page 2 of 2
Bid Documents - July 2015
Prepared by: Rider Levett Bucknall Phils. Inc.
PROPOSED TUBBATAHA RANGER STATION TUBBATAHA PALAWAN
A.M. GEOCONSULT & ASSOCIATES, INC.
SEPTEMBER 2013
Prepared for:
TUBBATAHA MANAGEMENT OFFICE
Report Reference #: 1305SFI1_RGIR_CCA_0
This Geotechnical Investigation Report should not be copied, altered, divulged, or reproduced
without written approval from A.M. Geoconsult & Associates, Inc.
Test results and corresponding opinion and interpretation relate only to the items obtained from
the specified sampling locations and tested in the company’s laboratory and/or other qualified
laboratories commissioned by the company. The Client should be aware that conclusions and
recommendations presented in this report are subject to confirmation (to the extent possible)
based on the conditions revealed after the geotechnical investigation. Variations from the
conditions portrayed such as perched groundwater, soft deposits, hard layers, or cavities, which
are not indicated by the test explorations, may occur in localized areas and may require probing
or corrections in the field to attain a properly constructed project.
Name and address of the laboratory: A.M. Geoconsult & Associates, Inc. #12 South
Zuzuarregui Street, Old Balara, Quezon City, PHILIPPINES 1119.
GEOTECHNICAL INVESTIGATION REPORT
PROPOSED TUBBATAHA RANGER STATION Tubbataha Palawan
TABLE OF CONTENTS Opinion and Interpretation
1.0 Introduction ……………………………………………………………………
2.0 Scope of Work Summary………….…………………………………………
2.1 Drilling Work………..………………………………………………………….
2.2 Laboratory Works……………………………………………………………..
3.0 Methodology of the Investigation………………………………….……..…
3.1 Details of Field Works………..………………….…………………………
3.2 Details of Laboratory Works.....………………………………………………
4.0 Results of the Investigation………….……………………………………….
5.0 Foundation Design Recommendations……..……………….. ……………
5.1 Foundation Condition and Scheme…………..………………………………
5.2 Pile Capacity Data………………………………….…………………………..
5.3 Recommended Pile Tip Elevation……………………………………………
5.4 Horizontal Modulus of Subgrade Reaction, kh………………………………
6.0 Limitations…………………………….…….……. .………………………….
Appendices
Appendix A: Borehole Location Plan
Appendix B: Soil Profiles
Appendix C: Final Boring Logs
Appendix D: Summaries of Test Results and Particle Size Analysis & Atterberg
Limits (ASTM) Test Reports
Appendix E: Photographs
page 1
page 2
page 2
page 2
page 2
page 2-3
page 3-4
page 4-5
page 5
page 5-6
page 6-8
page 8-9
page 9-10
page 10
PREPARED BY: CLIENT / CONSULTANT: SKETCHED BY:
APPROVED BY:
ARNOLD MARTIN
Field Engineer
CHRISTIAN IBANEZ
Head of Engineering Department
REMEDIOS SOLDAO
Technical Manager
PROJECT TITLE:
SHEET TITLE:LOCATION PLAN
DRAWING NO:
REFERENCE NO.:
CHECKED BY:
LP-01
LP-01
R-LPBH v.2 É 2009 A.M. Geoconsult and Associates, Inc. This report should not be copied, altered, divulged or reproduced, in full or in part, without prior consent from A.M. Geoconsult & Associates, Inc.
#12 South Zuzuarregui Street, Old Balara,
Quezon City Philippines 1119
Email: [email protected]
TELEFAX: +63(2) 931-8883, +63(2) 932-9585
1305SFI1_RLPBH_BH1-3_0
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED
TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
TUBBATAHA MANAGEMENT OFFICE
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
0.00
10 20 30 40 50>500DEPTH(m) SPT N-VALUES
USCSN -
VALUE
1.50
3.00
4.50
5.76
7.31
9.00
10.50
END OF BH-1
@ a depth of 10.50 METERS
BH-1
34
58
11
28
12
25
77
SM
GP-
GM
GP-
GM
SM
SM
SP-
SM
GP-
GM
0.00
10 20 30 40 50>500DEPTH(m) SPT N-VALUES
USCSN -
VALUE
1.50
3.00
4.50
5.76
7.31
9.00
10.50
END OF BH-2
@ a depth of 10.50 METERS
BH-2
50/
7
17
35
55
58
29
54
SP
SP-
SM
SP
SP
SP
SP-
SM
SW-
SM
0.00
10 20 30 40 50>500DEPTH(m) SPT N-VALUES
USCSN -
VALUE
1.50
3.00
4.50
5.76
7.31
9.00
10.50
END OF BH-3
@ a depth of 10.50 METERS
BH-3
15
28
11
30
37
38
54
SM
SM
SP
SM
SP-
SM
SM
SM
PREPARED BY: CLIENT / CONSULTANT: SKETCHED BY:
APPROVED BY:
Field Engineer
Head of Engineering Department
REMEDIOS SOLDAO
PROJECT TITLE:
SHEET TITLE:SOIL PROFILE
DRAWING NO:
REFERENCE NO.:
CHECKED BY:
SP-01
SP-01
R-SPBH v.2 É 2009 A.M. Geoconsult and Associates, Inc. This report should not be copied, altered, divulged or reproduced, in full or in part, without prior consent from A.M. Geoconsult & Associates, Inc.
#12 South Zuzuarregui Street, Old Balara,
Quezon City Philippines 1119
Email: [email protected]
TELEFAX: +63(2) 931-8883, +63(2) 932-9585
CLAY
SILT
SAND
GRAVEL
INFERREDWATER LEVELSPT - NVALUE > 50
ROCK/HARD STRATA
LEGEND
PEAT
CHRISTIAN IBANEZ
Technical Manager
ARNOLD MARTIN
1305SFI1_RSPBH_BH1-3_0
TUBBATAHA MANAGEMENT OFFICE
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED
TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Sampling Location:
Date of Sampling: Borehole Number:
Site Topography: Borehole Depth (m):
Weather Condition: Ground Elevation (m):
Coordinates: Ground Water Level (m):
Station: Date/Time Measured:
Type of Drilling Machine: Drilling Orientation:
Type of Hammer: Type of Drill Pump:
10 20 30 40 50 >50
1.05
1.50 1.50 SS1 56 - 26 18 16 34 DENSE
2.55
3.00 3.00 SS2 100 - 18 30 28 58 VERY DENSE
4.05
4.50 4.50 SS3 67 - 4 6 5 11 MEDIUM DENSE
5.55
6.00 6.00 SS4 100 - 14 14 14 28 DENSE
7.05
7.50 7.50 SS5 67 - 5 5 7 12 MEDIUM DENSE
8.55
9.00 9.00 SS6 89 - 10 10 15 25 DENSE
10.05
10.50 10.50 SS7 51 - 28 35 42 77 VERY DENSE
TYPES OF SAMPLING TYPES OF SOIL
Wash Boring Clay
Coring Sand
Undisturbed Sampling Silt
Standard Penetration Test Gravel
Shell
Tuff
Performed by:
Checked by:
Approved by: 1305SFI1_RFBL_BH-1 ( OFFSHORE)_0
- LOW TIDE 1M, HIGH TIDE 2M
- -
N 850.999, E 11955.079 FLOODED
SEMI-AUTOMATIC HAMMER FMC DRILL PUMP
TONI RIG MACHINE VERTICAL
FINAL BORING LOG
ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
SUNNY -
TUBBATAHA, PALAWAN
08/31/13 BH-1 ( OFFSHORE)
FLAT 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
SOIL DESCRIPTIONSOIL
SYMBOLREMARKS
Pale Yellow
poorly-graded GRAVEL with silt and
sand (GP-GM)
REC.
(%)
RQD
(%)
SPT BLOWS
PER 15 cm
N-
VALUE
N-VALUE (Graphical) CONSISTENCY/
RQD
DESCRIPTION
DEPTH
(m)
SAMPLING
DEPTH (m)
SAMPLE
ID
TYPE OF
SAMPLING
Buff White
poorly-graded GRAVEL with silt and
sand (GP-GM)
Pale Yellow
silty SAND (SM)
Pale Yellow
poorly-graded SAND with silt (SP-SM)
Buff White
silty SAND with gravel (SM)
Buff White
silty SAND (SM)
Pale Yellow
poorly-graded GRAVEL with silt and
sand (GP-GM)
CHRISTIAN IBAÑEZ
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department Page 1 of 1
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
LEGENDS,
SYMBOLS, AND
RANGE OF
VALUES
Sizes and type of the samplers used are shown in the Field Boring Log
ROMEO MANSALAYSenior Driller
COHESIVE SOIL
N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard
GRANULAR SOIL
N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense
ROCK QUALITY
DESIGNATION (RQD)
RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Sampling Location:
Date of Sampling: Borehole Number:
Site Topography: Borehole Depth (m):
Weather Condition: Ground Elevation (m):
Coordinates: Ground Water Level (m):
Station: Date/Time Measured:
Type of Drilling Machine: Drilling Orientation:
Type of Hammer: Type of Drill Pump:
10 20 30 40 50 >50
1.05
1.50 1.27 SS1 67 - 37 50/7 - 50/7 VERY DENSE
2.55
3.00 3.00 SS2 89 - 6 7 10 17 MEDIUM DENSE
4.05
4.50 4.50 SS3 78 - 12 15 20 35 DENSE
5.55
6.00 6.00 SS4 89 - 15 25 30 55 VERY DENSE
7.05
7.50 7.50 SS5 89 - 20 28 30 58 VERY DENSE
8.55
9.00 9.00 SS6 67 - 10 13 16 29 DENSE
10.05
10.50 10.50 SS7 89 - 21 21 33 54 VERY DENSE
TYPES OF SAMPLING TYPES OF SOIL
Wash Boring Clay
Coring Sand
Undisturbed Sampling Silt
Standard Penetration Test Gravel
Shell
Tuff
Performed by:
Checked by:
Approved by: 1305SFI1_RFBL_BH-2 (OFFSHORE)_0
CHRISTIAN IBAÑEZ
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department Page 1 of 1
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
LEGENDS,
SYMBOLS, AND
RANGE OF
VALUES
Sizes and type of the samplers used are shown in the Field Boring Log
ROMEO MANSALAYSenior Driller
Pale Yellow
well-graded SAND with silt and gravel
(SW-SM)
Pale Yellow
poorly-graded SAND with gravel (SP)
Pale Yellow
poorly-graded SAND with silt (SP-SM)
Pale Yellow
poorly-graded SAND (SP)
Pale Yellow
poorly-graded SAND with gravel (SP)
Pale Yellow
poorly-graded SAND with silt (SP-SM)
DEPTH
(m)
SAMPLING
DEPTH (m)
SAMPLE
ID
TYPE OF
SAMPLINGSOIL DESCRIPTION
SOIL
SYMBOLREMARKS
Pale Yellow
poorly-graded SAND with gravel (SP)
REC.
(%)
RQD
(%)
SPT BLOWS
PER 15 cm
N-
VALUE
N-VALUE (Graphical) CONSISTENCY/
RQD
DESCRIPTION
FINAL BORING LOG
ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
FAIR -
TUBBATAHA, PALAWAN
8/30-31/2013 BH-2 (OFFSHORE)
FLAT 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
- LOW TIDE 1M, HIGH TIDE 2M
- -
N 851.201, E 11953.071 FLOODED
SEMI-AUTOMATIC HAMMER FMC DRILL PUMP
TONI RIG MACHINE VERTICAL
COHESIVE SOIL
N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard
GRANULAR SOIL
N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense
ROCK QUALITY
DESIGNATION (RQD)
RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Sampling Location:
Date of Sampling: Borehole Number:
Site Topography: Borehole Depth (m):
Weather Condition: Ground Elevation (m):
Coordinates: Ground Water Level (m):
Station: Date/Time Measured:
Type of Drilling Machine: Drilling Orientation:
Type of Hammer: Type of Drill Pump:
10 20 30 40 50 >50
1.05
1.50 1.50 SS1 89 - 6 8 7 15 MEDIUM DENSE
2.55
3.00 3.00 SS2 89 - 10 15 13 28 DENSE
4.05
4.50 4.50 SS3 89 - 5 6 5 11 MEDIUM DENSE
5.55
6.00 6.00 SS4 100 - 10 12 18 30 DENSE
7.05
7.50 7.50 SS5 78 - 15 15 22 37 DENSE
8.55
9.00 9.00 SS6 78 - 16 18 20 38 DENSE
10.05
10.50 10.50 SS7 89 - 18 22 32 54 VERY DENSE
TYPES OF SAMPLING TYPES OF SOIL
Wash Boring Clay
Coring Sand
Undisturbed Sampling Silt
Standard Penetration Test Gravel
Shell
Tuff
Performed by:
Checked by:
Approved by: 1305SFI1_RFBL_BH-3 (OFFSHORE)_0
- LOW TIDE 1M, HIGH TIDE 2M
- -
N 850.977, E 11951.073 FLOODED
SEMI-AUTOMATIC HAMMER FMC DRILL PUMP
TONI RIG MACHINE VERTICAL
FINAL BORING LOG
ASTM D1586-08a, ASTM D1587-08, ASTM D2113-08
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
SUNNY -
TUBBATAHA, PALAWAN
09/01/13 BH-3 (OFFSHORE)
FLAT 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
SOIL DESCRIPTIONSOIL
SYMBOLREMARKS
Buff White
poorly-graded SAND (SP)
REC.
(%)
RQD
(%)
SPT BLOWS
PER 15 cm
N-
VALUE
N-VALUE (Graphical) CONSISTENCY/
RQD
DESCRIPTION
DEPTH
(m)
SAMPLING
DEPTH (m)
SAMPLE
ID
TYPE OF
SAMPLING
Buff White
silty SAND with gravel (SM)
Pale Yellow
poorly-graded SAND with silt and gravel
(SP-SM)
Pale Yellow
silty SAND (SM)
Buff White
silty SAND with gravel (SM)
Buff White
silty SAND with gravel (SM)
Buff White
silty SAND with gravel (SM)
CHRISTIAN IBAÑEZ
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department Page 1 of 1
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
LEGENDS,
SYMBOLS, AND
RANGE OF
VALUES
Sizes and type of the samplers used are shown in the Field Boring Log
ROMEO MANSALAYSenior Driller
COHESIVE SOIL
N-VALUE Consistency 0 - 1 Very Soft 2 - 4 Soft 5 - 8 Medium Stiff 9 - 15 Stiff 16 - 30 Very Stiff 31 - 50 Hard > 50 Very Hard
GRANULAR SOIL
N-VALUE Density 0 - 4 Very Loose 5 - 10 Loose 11 - 24 Medium Dense 25 - 50 Dense > 50 Very Dense
ROCK QUALITY
DESIGNATION (RQD)
RQD % Description < 25 Very poor 25 - 50 Poor 51 - 75 Fair 76 - 90 Good > 90 Excellent
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name: Borehole Number:
Project Location: Borehole Depth (m):
Client: Project Reference #: 1305SFI1 Coordinates:
Client's Address: Station:
Consultant: Contact Number: -
Sampling Location: Sampling Proc./Date:
Site Topography: Weather Condition: SUNNY Date of Testing:
SS1 GP-GM NL NP 25.7 - - - - 100 70 58 53 48 28 13 8 NO - - - - -
SS2 GP-GM NL NP 26.1 - - - - - 100 65 55 48 31 17 12 NO - - - - -
SS3 SM NL NP 27.5 - - - - - 100 79 69 62 48 35 29 NO - - - - -
SS4 SM NL NP 30.2 - - - - - 100 93 88 84 57 25 19 NO - - - - -
SS5 SM NL NP 27.8 - - - - - 100 96 92 90 59 27 22 NO - - - - -
SS6 SP-SM NL NP 23.5 - - - - - 100 93 87 78 40 15 11 NO - - - - -
SS7 GP-GM NL NP 15.1 - - - - 100 78 55 47 37 19 9 7 NO - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
Encoded by: Approved by:
Checked by:
1305SFI1_RSBHT_BH-1 ( OFFSHORE)_0
Page 1 of 1
FLAT 09/09/13
SUMMARY OF BOREHOLE TEST RESULTS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-1 ( OFFSHORE)
TUBBATAHA, PALAWAN 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) N 850.999, E 11955.079
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -
-
TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 8/31/13
SAMPLE
ID
SAMPLE
DEPTH (m)USCS SYMBOL
ATTERBERG
LIMITS
MO
IST
UR
E
CO
NT
EN
T (
%)
4.05-4.50
#4 (4.75 mm)
#10 (2.00 mm)
#40 (0.425 mm)
#100 (0.150 mm)
LL (%) PI (%) 3" (75.00 mm)
2 1/2" (63.00 mm)
2" (50.00 mm)
1 1/2" (37.50 mm)
1" (25.00 mm)
3/4" (19.00 mm)
3/8" (9.50 mm)
-
CC
1.05-1.50
2.55-3.00
#200 (0.075 mm)
еоHY
DR
OM
ET
ER
PE
RF
OR
ME
D?
SPECIFIC
GRAVITY UCT (kN/m
2)
*TRIAXIAL
(kg/cm2)
*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)
-
5.55-6.00
7.05-7.50
8.55-9.00
10.05-10.50
-
-
-
*Test/s are not ISO/IEC 17025:2008 Accredited
-
-
ANA LIZA HUISO REMEDIOS SOLDAO
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Office Engineer Head of Engineering Department
CHRISTIAN IBAÑEZ
Technical Manager
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
216.70
176.58
3" 75.000 0.00 0.00 100.00 - - - - 20.54
2 1/2" 63.000 0.00 0.00 100.00 - - - - 40.12
2" 50.000 0.00 0.00 100.00 - - - - 156.04
1 1/2" 37.500 0.00 0.00 100.00 - - - - 25.7
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 73.61 47.17 52.83 ±0.07 1.96
#10 2.000 80.90 51.85 48.15 ±0.1 1.96
#100 0.150 135.95 87.13 12.87 ±1.03 1.96
#200 0.075 143.10 91.71 8.29 ±1.26 1.96 25.7
±0.02
1.96
NL
-
-
NP
-
-
NP
GP-GM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 1 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
-
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
Consultant: - Contact Number:
Sample ID: SS1
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
N 850.999, E 11955.079
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 1.05 - 1.50
09/09/13
Mass of Dry Soil (g)Moisture Content (%)
Number of Blows
Trial Number
Can Number
Wet Soil + Can (g)
Dry Soil + Can (g)
Mass of Can (g)
Moisture Loss (g)
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method Hydrometer Method
Ave. PL
(%):NP
Liquid Limit (%) NL
Plasticity Index (%) NP
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
3/4" 19.000
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
-
3/8" 9.500 64.90 41.59 58.41 ±0.01 1.96 - -
46.64 29.89 70.11 ±0.01 1.96 -
U95x
kx
Plastic Limit (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
111.75 71.62 28.38 ±0.73 1.96
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
#40 0.425
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
USCS Symbol:
Soil Description:
Pale Yellow, poorly-graded GRAVEL
with silt and sand
U95x
kx
Plasticity Index (%):
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Senior Laboratory Technician
CHRISTIAN IBANEZ
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
ass
ing
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cob
ble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
237.46
191.91
3" 75.000 0.00 0.00 100.00 - - - - 17.34
2 1/2" 63.000 0.00 0.00 100.00 - - - - 45.55
2" 50.000 0.00 0.00 100.00 - - - - 174.57
1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.1
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 78.48 44.96 55.04 ±0.07 1.96
#10 2.000 90.70 51.96 48.04 ±0.09 1.96
#100 0.150 145.00 83.06 16.94 ±0.92 1.96
#200 0.075 153.79 88.10 11.90 ±1.13 1.96 26.1
±0.01
1.96
NL
-
-
NP
-
-
NP
GP-GM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 2 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 2.55 - 3.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS2
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 60.63 34.73 65.27 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
31.38 ±0.65 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 119.79 68.62
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Buff White, poorly-graded GRAVEL with
silt and sand
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
271.61
216.93
3" 75.000 0.00 0.00 100.00 - - - - 18.17
2 1/2" 63.000 0.00 0.00 100.00 - - - - 54.68
2" 50.000 0.00 0.00 100.00 - - - - 198.76
1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.5
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 60.84 30.61 69.39 ±0.06 1.96
#10 2.000 75.33 37.90 62.10 ±0.08 1.96
#100 0.150 129.31 65.06 34.94 ±0.81 1.96
#200 0.075 140.71 70.79 29.21 ±0.99 1.96 27.5
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 3 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 4.05 - 4.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS3
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 41.36 20.81 79.19 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
48.25 ±0.57 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 102.85 51.75
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
gray, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
254.12
199.23
3" 75.000 0.00 0.00 100.00 - - - - 17.41
2 1/2" 63.000 0.00 0.00 100.00 - - - - 54.89
2" 50.000 0.00 0.00 100.00 - - - - 181.82
1 1/2" 37.500 0.00 0.00 100.00 - - - - 30.2
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 21.62 11.89 88.11 ±0.06 1.96
#10 2.000 28.24 15.53 84.47 ±0.09 1.96
#100 0.150 135.80 74.69 25.31 ±0.88 1.96
#200 0.075 148.04 81.42 18.58 ±1.08 1.96 30.2
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 4 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 5.55 - 6.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS4
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 13.26 7.29 92.71 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
57.31 ±0.63 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 77.62 42.69
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Buff White, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
395.29
313.98
3" 75.000 0.00 0.00 100.00 - - - - 21.60
2 1/2" 63.000 0.00 0.00 100.00 - - - - 81.31
2" 50.000 0.00 0.00 100.00 - - - - 292.38
1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.8
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 22.47 7.69 92.31 ±0.04 1.96
#10 2.000 30.28 10.36 89.64 ±0.06 1.96
#100 0.150 214.13 73.24 26.76 ±0.55 1.96
#200 0.075 228.58 78.18 21.82 ±0.67 1.96 27.8
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 5 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 7.05 - 7.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS5
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 10.90 3.73 96.27 ±0 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
59.03 ±0.39 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 119.78 40.97
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
267.82
221.04
3" 75.000 0.00 0.00 100.00 - - - - 21.82
2 1/2" 63.000 0.00 0.00 100.00 - - - - 46.78
2" 50.000 0.00 0.00 100.00 - - - - 199.22
1 1/2" 37.500 0.00 0.00 100.00 - - - - 23.5
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 26.74 13.42 86.58 ±0.06 1.96
#10 2.000 43.07 21.62 78.38 ±0.08 1.96
#100 0.150 169.19 84.93 15.07 ±0.81 1.96
#200 0.075 177.76 89.23 10.77 ±0.99 1.96 23.5
±0.01
1.96
NL
-
-
NP
-
-
NP
SP-SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 6 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 8.55 - 9.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS6
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 14.89 7.47 92.53 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
39.72 ±0.57 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 120.08 60.28
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
, poorly-graded SAND with silt
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
333.15
292.62
3" 75.000 0.00 0.00 100.00 - - - - 23.86
2 1/2" 63.000 0.00 0.00 100.00 - - - - 40.53
2" 50.000 0.00 0.00 100.00 - - - - 268.76
1 1/2" 37.500 0.00 0.00 100.00 - - - - 15.1
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 141.68 52.72 47.28 ±0.04 1.96
#10 2.000 168.87 62.83 37.17 ±0.06 1.96
#100 0.150 244.75 91.07 8.93 ±0.6 1.96
#200 0.075 251.04 93.41 6.59 ±0.73 1.96 15.1
±0.01
1.96
NL
-
-
NP
-
-
NP
GP-GM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-1 ( OFFSHORE)_0
Page 7 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 10.05 - 10.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/31/13 Borehole Number: BH-1 ( OFFSHORE)
N 850.999, E 11955.079 Sample ID: SS7
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
1.96 - -
3/8" 9.500 121.72 45.29 54.71 ±0.01 1.96
3/4" 19.000 58.33 21.70 78.30 ±0.01
- -
19.44 ±0.42 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 216.50 80.56
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, poorly-graded GRAVEL
with silt and sand
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.20
0.40
0.60
0.80
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Cobble
s
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name: Borehole Number:
Project Location: Borehole Depth (m):
Client: Project Reference #: 1305SFI1 Coordinates:
Client's Address: Station:
Consultant: Contact Number: -
Sampling Location: Sampling Proc./Date:
Site Topography: Weather Condition: FAIR Date of Testing:
SS1 SP NL NP 22.3 - - - - 100 78 63 52 40 16 4 3 NO - - - - -
SS2 SP-SM NL NP 22.5 - - - - - 100 93 90 84 27 8 5 NO - - - - -
SS3 SP NL NP 27.5 - - - - - 100 99 95 82 33 6 3 NO - - - - -
SS4 SP NL NP 18.7 - - - - - 100 95 71 50 21 4 2 NO - - - - -
SS5 SP NL NP 21.6 - - - - - 100 97 78 59 27 5 2 NO - - - - -
SS6 SP-SM NL NP 26.4 - - - - - 100 97 89 81 55 16 11 NO - - - - -
SS7 SW-SM NL NP 19.6 - - - - - 100 93 84 68 23 8 6 NO - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
Encoded by: Approved by:
Checked by:
1305SFI1_RSBHT_BH-2 (OFFSHORE)_0
Page 1 of 1
ANA LIZA HUISO REMEDIOS SOLDAO
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Office Engineer Head of Engineering Department
CHRISTIAN IBAÑEZ
Technical Manager
-
-
*Test/s are not ISO/IEC 17025:2008 Accredited
-
-
-
5.55-6.00
7.05-7.50
8.55-9.00
10.05-10.50
-
-
CC
1.05-1.27
2.55-3.00
#200 (0.075 mm)
еоHY
DR
OM
ET
ER
PE
RF
OR
ME
D?
SPECIFIC
GRAVITY UCT (kN/m
2)
*TRIAXIAL
(kg/cm2)
*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)
4.05-4.50
#4 (4.75 mm)
#10 (2.00 mm)
#40 (0.425 mm)
#100 (0.150 mm)
LL (%) PI (%) 3" (75.00 mm)
2 1/2" (63.00 mm)
2" (50.00 mm)
1 1/2" (37.50 mm)
1" (25.00 mm)
3/4" (19.00 mm)
3/8" (9.50 mm)
SAMPLE
ID
SAMPLE
DEPTH (m)USCS SYMBOL
ATTERBERG
LIMITS
MO
IST
UR
E
CO
NT
EN
T (
%)
FLAT 09/09/13
SUMMARY OF BOREHOLE TEST RESULTS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-2 (OFFSHORE)
TUBBATAHA, PALAWAN 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) N 851.201, E 11953.071
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -
-
TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 8/30/13
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
280.97
233.01
3" 75.000 0.00 0.00 100.00 - - - - 17.68
2 1/2" 63.000 0.00 0.00 100.00 - - - - 47.96
2" 50.000 0.00 0.00 100.00 - - - - 215.33
1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.3
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 102.98 47.82 52.18 ±0.05 1.96
#10 2.000 128.96 59.89 40.11 ±0.08 1.96
#100 0.150 205.71 95.53 4.47 ±0.75 1.96
#200 0.075 208.77 96.95 3.05 ±0.91 1.96 22.3
±0.01
1.96
NL
-
-
NP
-
-
NP
SP
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 1 of 7
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Senior Laboratory Technician
CHRISTIAN IBANEZ
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
USCS Symbol:
Soil Description:
Pale Yellow, poorly-graded SAND with
gravel
U95x
kx
Plasticity Index (%):
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
U95x
kx
Plastic Limit (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
181.92 84.48 15.52 ±0.53 1.96
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
#40 0.425
Mass of Can (g):
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
-
3/8" 9.500 79.98 37.14 62.86 ±0.01 1.96 - -47.23 21.93 78.07 ±0.01 1.96 -
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method Hydrometer Method
Ave. PL
(%):NP
Liquid Limit (%) NL
Plasticity Index (%) NP
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
3/4" 19.000
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Dry Soil (g)Moisture Content (%)
Number of Blows
Trial Number
Can Number
Wet Soil + Can (g)
Dry Soil + Can (g)
Mass of Can (g)
Moisture Loss (g)
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 1.05 - 1.27
09/09/13
Consultant: - Contact Number:
Sample ID: SS1
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
N 851.201, E 11953.071
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
-
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
217.47
181.20
3" 75.000 0.00 0.00 100.00 - - - - 20.27
2 1/2" 63.000 0.00 0.00 100.00 - - - - 36.27
2" 50.000 0.00 0.00 100.00 - - - - 160.93
1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.5
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 15.58 9.68 90.32 ±0.07 1.96
#10 2.000 26.34 16.37 83.63 ±0.1 1.96
#100 0.150 148.74 92.43 7.57 ±1 1.96
#200 0.075 152.30 94.64 5.36 ±1.22 1.96 22.5
±0.01
1.96
NL
-
-
NP
-
-
NP
SP-SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 2 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, poorly-graded SAND with
silt
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 117.06 72.74
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
27.26 ±0.71 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 11.87 7.38 92.62 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 2.55 - 3.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS2
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
214.77
172.86
3" 75.000 0.00 0.00 100.00 - - - - 20.32
2 1/2" 63.000 0.00 0.00 100.00 - - - - 41.91
2" 50.000 0.00 0.00 100.00 - - - - 152.54
1 1/2" 37.500 0.00 0.00 100.00 - - - - 27.5
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 8.36 5.48 94.52 ±0.08 1.96
#10 2.000 27.07 17.75 82.25 ±0.11 1.96
#100 0.150 143.36 93.98 6.02 ±1.05 1.96
#200 0.075 148.43 97.31 2.69 ±1.29 1.96 27.5
±0.02
1.96
NL
-
-
NP
-
-
NP
SP
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 3 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
gray, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 101.64 66.63
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
33.37 ±0.75 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 1.93 1.27 98.73 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 4.05 - 4.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS3
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
206.95
177.15
3" 75.000 0.00 0.00 100.00 - - - - 17.46
2 1/2" 63.000 0.00 0.00 100.00 - - - - 29.80
2" 50.000 0.00 0.00 100.00 - - - - 159.69
1 1/2" 37.500 0.00 0.00 100.00 - - - - 18.7
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 45.80 28.68 71.32 ±0.07 1.96
#10 2.000 80.62 50.49 49.51 ±0.1 1.96
#100 0.150 153.09 95.87 4.13 ±1.01 1.96
#200 0.075 156.53 98.02 1.98 ±1.23 1.96 18.7
±0.01
1.96
NL
-
-
NP
-
-
NP
SP
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 4 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, poorly-graded SAND with
gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 126.36 79.13
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
20.87 ±0.71 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 8.10 5.07 94.93 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 5.55 - 6.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS4
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
257.17
214.47
3" 75.000 0.00 0.00 100.00 - - - - 17.00
2 1/2" 63.000 0.00 0.00 100.00 - - - - 42.70
2" 50.000 0.00 0.00 100.00 - - - - 197.47
1 1/2" 37.500 0.00 0.00 100.00 - - - - 21.6
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 42.47 21.51 78.49 ±0.06 1.96
#10 2.000 81.42 41.23 58.77 ±0.08 1.96
#100 0.150 187.87 95.14 4.86 ±0.81 1.96
#200 0.075 192.81 97.64 2.36 ±1 1.96 21.6
±0.01
1.96
NL
-
-
NP
-
-
NP
SP
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 5 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, poorly-graded SAND with
gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 144.75 73.30
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
26.70 ±0.58 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 6.51 3.30 96.70 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 7.05 - 7.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS5
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
262.91
212.55
3" 75.000 0.00 0.00 100.00 - - - - 21.81
2 1/2" 63.000 0.00 0.00 100.00 - - - - 50.36
2" 50.000 0.00 0.00 100.00 - - - - 190.74
1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.4
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 20.39 10.69 89.31 ±0.06 1.96
#10 2.000 36.82 19.30 80.70 ±0.08 1.96
#100 0.150 160.12 83.95 16.05 ±0.84 1.96
#200 0.075 169.09 88.65 11.35 ±1.03 1.96 26.4
±0.01
1.96
NL
-
-
NP
-
-
NP
SP-SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 6 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
, poorly-graded SAND with silt
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 86.30 45.24
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
54.76 ±0.6 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 5.40 2.83 97.17 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 8.55 - 9.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS6
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
255.93
217.57
3" 75.000 0.00 0.00 100.00 - - - - 21.65
2 1/2" 63.000 0.00 0.00 100.00 - - - - 38.36
2" 50.000 0.00 0.00 100.00 - - - - 195.92
1 1/2" 37.500 0.00 0.00 100.00 - - - - 19.6
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 30.91 15.78 84.22 ±0.06 1.96
#10 2.000 63.21 32.26 67.74 ±0.08 1.96
#100 0.150 179.96 91.85 8.15 ±0.82 1.96
#200 0.075 185.04 94.45 5.55 ±1 1.96 19.6
±0.01
1.96
NL
-
-
NP
-
-
NP
SW-SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-2 (OFFSHORE)_0
Page 7 of 7Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, well-graded SAND with silt
and gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 150.20 76.66
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
23.34 ±0.58 1.96
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 13.24 6.76 93.24 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 10.05 - 10.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 8/30/13 Borehole Number: BH-2 (OFFSHORE)
N 851.201, E 11953.071 Sample ID: SS7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name: Borehole Number:
Project Location: Borehole Depth (m):
Client: Project Reference #: 1305SFI1 Coordinates:
Client's Address: Station:
Consultant: Contact Number: -
Sampling Location: Sampling Proc./Date:
Site Topography: Weather Condition: SUNNY Date of Testing:
SS1 SP NL NP 30.6 - - - - - - 100 97 85 18 3 2 NO - - - - -
SS2 SM NL NP 25.5 - - - - - 100 81 73 67 55 28 16 NO - - - - -
SS3 SM NL NP 35.6 - - - - 100 75 60 60 57 43 23 16 NO - - - - -
SS4 SM NL NP 33.8 - - - - - 100 86 82 78 54 19 14 NO - - - - -
SS5 SP-SM NL NP 26.9 - - - - - 100 87 81 76 47 13 9 NO - - - - -
SS6 SM NL NP 28.3 - - - - - 100 91 86 83 66 20 12 NO - - - - -
SS7 SM NL NP 22.1 - - - - - 100 79 70 64 50 31 23 NO - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - -
Encoded by: Approved by:
Checked by:
1305SFI1_RSBHT_BH-3 (OFFSHORE)_0
Page 1 of 1
FLAT 09/09/13
SUMMARY OF BOREHOLE TEST RESULTS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION BH-3 (OFFSHORE)
TUBBATAHA, PALAWAN 10.50M
TUBBATAHA MANAGEMENT OFFICE (TMO) N 850.977, E 11951.073
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN -
-
TUBBATAHA, PALAWAN ASTM D1586-08a/ASTM D1587-08; 9/1/13
SAMPLE
ID
SAMPLE
DEPTH (m)USCS SYMBOL
ATTERBERG
LIMITS
MO
IST
UR
E
CO
NT
EN
T (
%)
4.05-4.50
#4 (4.75 mm)
#10 (2.00 mm)
#40 (0.425 mm)
#100 (0.150 mm)
LL (%) PI (%) 3" (75.00 mm)
2 1/2" (63.00 mm)
2" (50.00 mm)
1 1/2" (37.50 mm)
1" (25.00 mm)
3/4" (19.00 mm)
3/8" (9.50 mm)
-
CC
1.05-1.50
2.55-3.00
#200 (0.075 mm)
еоHY
DR
OM
ET
ER
PE
RF
OR
ME
D?
SPECIFIC
GRAVITY UCT (kN/m
2)
*TRIAXIAL
(kg/cm2)
*CONSOLIDATIONPARTICLE SIZE GRADING (CUMULATIVE % PASSING)
-
5.55-6.00
7.05-7.50
8.55-9.00
10.05-10.50
-
-
-
*Test/s are not ISO/IEC 17025:2008 Accredited
-
-
ANA LIZA HUISO REMEDIOS SOLDAO
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Office Engineer Head of Engineering Department
CHRISTIAN IBAÑEZ
Technical Manager
DPWH-BRS ACCREDITED TESTING LABORATORY
R-FBL v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
243.93
190.87
3" 75.000 0.00 0.00 100.00 - - - - 17.41
2 1/2" 63.000 0.00 0.00 100.00 - - - - 53.06
2" 50.000 0.00 0.00 100.00 - - - - 173.46
1 1/2" 37.500 0.00 0.00 100.00 - - - - 30.6
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 5.32 3.07 96.93 ±0.07 1.96
#10 2.000 25.88 14.92 85.08 ±0.09 1.96
#100 0.150 168.40 97.08 2.92 ±0.93 1.96
#200 0.075 169.38 97.65 2.35 ±1.13 1.96 30.6
±0.01
1.96
NL
-
-
NP
-
-
NP
SP
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 1 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
-
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
Consultant: - Contact Number:
Sample ID: SS1
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
N 850.977, E 11951.073
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
- Sample Depth (m): 1.05 - 1.50
09/09/13
Mass of Dry Soil (g)Moisture Content (%)
Number of Blows
Trial Number
Can Number
Wet Soil + Can (g)
Dry Soil + Can (g)
Mass of Can (g)
Moisture Loss (g)
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method Hydrometer Method
Ave. PL
(%):NP
Liquid Limit (%) NL
Plasticity Index (%) NP
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
3/4" 19.000
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
-
3/8" 9.500 0.00 0.00 100.00 - - - -0.00 0.00 100.00 - - -
U95x
kx
Plastic Limit (%):
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
142.08 81.91 18.09 ±0.66 1.96
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
#40 0.425
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
USCS Symbol:
Soil Description:
Buff White, poorly-graded SAND
U95x
kx
Plasticity Index (%):
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
Technical Manager
REMEDIOS SOLDAO
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
Senior Laboratory Technician
CHRISTIAN IBANEZ
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
263.54
213.41
3" 75.000 0.00 0.00 100.00 - - - - 16.96
2 1/2" 63.000 0.00 0.00 100.00 - - - - 50.13
2" 50.000 0.00 0.00 100.00 - - - - 196.45
1 1/2" 37.500 0.00 0.00 100.00 - - - - 25.5
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 53.47 27.22 72.78 ±0.06 1.96
#10 2.000 63.88 32.52 67.48 ±0.08 1.96
#100 0.150 142.19 72.38 27.62 ±0.82 1.96
#200 0.075 165.95 84.47 15.53 ±1 1.96 25.5
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 2 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 2.55 - 3.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS2
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 38.26 19.48 80.52 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
54.68 ±0.58 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 89.03 45.32
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Buff White, silty SAND with gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
288.68
219.21
3" 75.000 0.00 0.00 100.00 - - - - 24.05
2 1/2" 63.000 0.00 0.00 100.00 - - - - 69.47
2" 50.000 0.00 0.00 100.00 - - - - 195.16
1 1/2" 37.500 0.00 0.00 100.00 - - - - 35.6
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 78.79 40.37 59.63 ±0.06 1.96
#10 2.000 83.58 42.83 57.17 ±0.08 1.96
#100 0.150 149.35 76.53 23.47 ±0.82 1.96
#200 0.075 163.26 83.65 16.35 ±1.01 1.96 35.6
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 3 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 4.05 - 4.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS3
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
1.96 - -
3/8" 9.500 78.38 40.16 59.84 ±0.01 1.96
3/4" 19.000 49.38 25.30 74.70 ±0.01
- -
42.90 ±0.58 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 111.43 57.10
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
gray, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
231.92
178.54
3" 75.000 0.00 0.00 100.00 - - - - 20.46
2 1/2" 63.000 0.00 0.00 100.00 - - - - 53.38
2" 50.000 0.00 0.00 100.00 - - - - 158.08
1 1/2" 37.500 0.00 0.00 100.00 - - - - 33.8
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 28.45 18.00 82.00 ±0.07 1.96
#10 2.000 34.16 21.61 78.39 ±0.1 1.96
#100 0.150 127.32 80.54 19.46 ±1.02 1.96
#200 0.075 136.19 86.15 13.85 ±1.24 1.96 33.8
±0.02
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 4 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 5.55 - 6.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS4
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 21.56 13.64 86.36 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
53.87 ±0.72 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 72.93 46.13
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Buff White, silty SAND with gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
266.42
214.85
3" 75.000 0.00 0.00 100.00 - - - - 23.15
2 1/2" 63.000 0.00 0.00 100.00 - - - - 51.57
2" 50.000 0.00 0.00 100.00 - - - - 191.70
1 1/2" 37.500 0.00 0.00 100.00 - - - - 26.9
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 37.33 19.47 80.53 ±0.06 1.96
#10 2.000 45.98 23.99 76.01 ±0.08 1.96
#100 0.150 165.85 86.52 13.48 ±0.84 1.96
#200 0.075 173.52 90.52 9.48 ±1.03 1.96 26.9
±0.01
1.96
NL
-
-
NP
-
-
NP
SP-SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 5 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 7.05 - 7.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS5
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 25.48 13.29 86.71 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
46.88 ±0.59 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 101.84 53.12
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Pale Yellow, poorly-graded SAND with
silt and gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
295.69
235.26
3" 75.000 0.00 0.00 100.00 - - - - 21.66
2 1/2" 63.000 0.00 0.00 100.00 - - - - 60.43
2" 50.000 0.00 0.00 100.00 - - - - 213.60
1 1/2" 37.500 0.00 0.00 100.00 - - - - 28.3
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 29.20 13.67 86.33 ±0.05 1.96
#10 2.000 36.48 17.08 82.92 ±0.08 1.96
#100 0.150 170.69 79.91 20.09 ±0.75 1.96
#200 0.075 187.48 87.77 12.23 ±0.92 1.96 28.3
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 6 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 8.55 - 9.00
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS6
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 19.02 8.90 91.10 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
65.67 ±0.53 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 73.32 34.33
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
, silty SAND
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Client's Address:
Sampling Location:
Sampling Procedure/Date:
Coordinates:
Station:
Date of Testing:
1 2 3 1 2
0 0 0 0 0
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0.00 0.00 0.00 0.00 0.00
0 0 0
241.09
201.25
3" 75.000 0.00 0.00 100.00 - - - - 20.65
2 1/2" 63.000 0.00 0.00 100.00 - - - - 39.84
2" 50.000 0.00 0.00 100.00 - - - - 180.60
1 1/2" 37.500 0.00 0.00 100.00 - - - - 22.1
1" 25.000 0.00 0.00 100.00 - - - -
#4 4.750 54.89 30.39 69.61 ±0.06 1.96
#10 2.000 64.88 35.92 64.08 ±0.09 1.96
#100 0.150 124.78 69.09 30.91 ±0.89 1.96
#200 0.075 138.51 76.69 23.31 ±1.09 1.96 22.1
±0.01
1.96
NL
-
-
NP
-
-
NP
SM
Peformed by:
Checked by:
Approved by: 1305SFI1_RPABH_BH-3 (OFFSHORE)_0
Page 7 of 7
PARTICLE SIZE ANALYSIS AND ATTERBERG LIMITS (ASTM) TEST REPORT
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATIONProject Location: TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
Consultant: - Contact Number: -
Client: TUBBATAHA MANAGEMENT OFFICE (TMO) Project Reference #: 1305SFI1
- Sample Depth (m): 10.05 - 10.50
09/09/13
TUBBATAHA, PALAWAN
ASTM D1586-08a/ASTM D1587-08; 9/1/13 Borehole Number: BH-3 (OFFSHORE)
N 850.977, E 11951.073 Sample ID: SS7
LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX OF SOILS - ASTM D4318-10
Multipoint Liquid Limit Plastic Limit Figure 1. Flow Curve
Wet Soil + Can (g)
Dry Soil + Can (g)
Trial Number
Can Number
Number of Blows Ave. PL
(%):NP
Liquid Limit (%) NL
Mass of Can (g)
Moisture Loss (g)
Mass of Dry Soil (g)Moisture Content (%)
Plasticity Index (%) NP
PARTICLE SIZE ANALYSIS OF SOILS - ASTM D422-63 (2007)MOISTURE CONTENT OF SOILS -
ASTM D2216-05
Mechanical Method
Wet Soil + Can (g):
Dry Soil + Can (g):
Mass of Can (g):
Moisture Loss (g):
Original Dry Mass (g):
Moisture Content (%):
Hydrometer Method
Sieve #Particle Diam.
(mm)
Cum. Mass
Ret. (g)
Cum. %
Retained
Cum. %
PassingU95
Coverage
Factor (k)
Particle Diam.
(mm)
Percent
Finer (%)
- - -
3/8" 9.500 37.03 20.50 79.50 ±0.01 1.96
3/4" 19.000 0.00 0.00 100.00 -
- -
49.82 ±0.63 1.96
Moisture Content (%):
U95x
Figure 2. Particle Size Distribution Curve kx
Liquid Limit (%):
#40 0.425 90.63 50.18
*for uncertainty values, refer to
attached Hydrometer Test
Report
SUMMARY OF TEST RESULTS
Specific Gravity: -* for uncertainty value, refer to attached
Specific Gravity of Soils Test Report
USCS Symbol:
Soil Description:
U95x
kx
Plastic Limit (%):
U95x
kx
Plasticity Index (%):
CHRISTIAN IBANEZ
Technical Manager
REMEDIOS SOLDAO
Buff White, silty SAND with gravel
*Special specimen selection, sample description and sample preparation of all tests are presented in the Laboratory Worksheet.
DANILO DELAN
Senior Laboratory Technician
Head of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
0
10
20
30
40
50
60
70
80
90
100
0.00010.00100.01000.10001.000010.0000100.0000
Cu
mu
lati
ve P
erc
en
tag
e P
assin
g
Particle Diameter (mm)
0.00
0.10
0.20
0.30
0.40
0.50
0.60
0.70
0.80
0.90
1.00
10 15 20 25 30 35
Mo
istu
re C
on
ten
t (%
)
Number of Blows
DPWH-BRS ACCREDITED TESTING LABORATORY
Gravel Clay Sand
Silt Coarse to Medium Fine
Co
bb
les
R-PABH v.2 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Photographed by:
Checked by:
Approved by: 1305SFI1_RP_BH-1_0
Page 1 of 1
PHOTOGRAPHS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
- -
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
BOREHOLE 1
STATION: -
SAMPLING LOCATION: TUBBATAHA, PALAWAN
DATE OF SAMPLING: 8/31/13
COORDINATES: N 850.999, E 11955.079SITE TOPOGRAPHY: FLAT
Figure 1.1 Panoramic View Figure 1.2 Wash Boring
Figure 1.3 Standard Penetration Test Figure 1.4 Soil Samples
REMEDIOS O SOLDAOHead of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
ARNOLD MARTINField Engineer
CHRISTIAN IBANEZTechnical Manager
DPWH-BRS ACCREDITED TESTING LABORATORY
R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Photographed by:
Checked by:
Approved by: 1305SFI1_RP_BH-2_0
Page 1 of 1
PHOTOGRAPHS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
- -
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
SAMPLING LOCATION: TUBBATAHA, PALAWAN
DATE OF SAMPLING: 8/30-31/13
BOREHOLE 2
STATION: -
COORDINATES: N 851.201, E 11953.071SITE TOPOGRAPHY: FLAT
Figure 2.1 Panoramic View Figure 2.2 Wash Boring
Figure 2.3 Standard Penetration Test Figure 2.4 Soil Samples
REMEDIOS O SOLDAOHead of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
ARNOLD MARTINField Engineer
CHRISTIAN IBANEZTechnical Manager
DPWH-BRS ACCREDITED TESTING LABORATORY
R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
A.M. GEOCONSULT AND ASSOCIATES, INC.
Project Name:
Project Location:
Client: Project Reference #:
Client's Address:
Consultant: Contact Number:
Photographed by:
Checked by:
Approved by: 1305SFI1_RP_BH-3_0
Page 1 of 1
PHOTOGRAPHS
GEOTECHNICAL INVESTIGATION WORK FOR PROPOSED TUBBATAHA RANGER STATION
TUBBATAHA, PALAWAN
41 ABAD SANTOS ST. PUERTO PRINCESA CITY 5300, PALAWAN
- -
TUBBATAHA MANAGEMENT OFFICE (TMO) 1305SFI1
SAMPLING LOCATION: TUBBATAHA, PALAWAN
DATE OF SAMPLING: 8/31/13
BOREHOLE 3
STATION: -
COORDINATES: N 850.977, E 11951.073SITE TOPOGRAPHY: FLAT
Figure 3.1 Panoramic View Figure 3.2 Wash Boring
Figure 3.3 Standard Penetration Test Figure 3.4 Soil Samples
REMEDIOS O SOLDAOHead of Engineering Department
THIS TEST REPORT SHOULD NOT BE COPIED, ALTERED, DIVULGED, OR REPRODUCED WITHOUT WRITTEN APPROVAL FROM A.M. GEOCONSULT & ASSOCIATES, INC.
ARNOLD MARTINField Engineer
CHRISTIAN IBANEZTechnical Manager
DPWH-BRS ACCREDITED TESTING LABORATORY
R-P v.1 - A.M. Geoconsult and Associates, Inc. #12 South Zuzuarregui Street, Old Balara, Quezon City 1119. +63(2) 931-8883 +63(2) 932-9585.
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����#����#%�()*+,-./012*)34.0*1/56789:;<=9>969?:9<@A< #$%&"'�#��56789:;<BCD9A<<< �����!������ ����������" � ���56789:;<E7:C;F7?A<<< ����� ����� ���G��� ���������HIF9?;A<<< < ����� ����������� ��������������HIF9?;JK<LMM69KKA< N#����!�"� ��" ��� ��� �� ������O� P�&$%%�� ���G��� �����H7?KQI;C?;A<<< < R���H7?;C:;<BQDS96A<<< R���� �<<<<< < < <TUV<01.)*WX-.0*1/<������� ������������� ����� � ������� ���� ��������������� ��� �����!�� �!�� � ���� �����YZ[[\]\\_ \abcd_e]\]fga����� �!�� ������ ����� ���G��� ������������������������ ������ ��� ���G�� ���� ��� ������������������ ������������ �������!���P��� ���� ���G���������������!����������� ������P���!�!����������!� �������� ����� ���������!� ��� �������������!���� ��� ���G��������!��� �!����� ��������!�������� �$%� ��"�� ������%#��h%#$�������G��� �����i�� ���� ���YZ[[\]\\_j\a\bckca]_lmmfnc_oYjlpq��������������G��r����� �����������������!������� ���!�����������������!������� ��P� � ���� ��� ����G� ��" �!��!� �� �� ����� ����" �����!�� �!�� �����P�#�&���� ��������������P������ � ������ ������$�����������G����!�����!�� � ���� �� ������s�����!�� �����#%�&%��� �������G� �������!����������!������������������������������G���������� � �� ��������� ��P����� � ����!��������� ������������!��!������� ��P���� ��� ��������!����G������!�� �!��������!����G� �� �����������"���� P������� ����!��� ��������"���� �!��!������� ����� � ��������� ��������!� ���!��������!� ��������������� �����!� ���!����������������������!�!��� ����� ��� ������������ ������� ���!� �����������!��!������� ��P�G��r������ ���� ������ ��� �����!����!� ���!�����������!� ������� ���������!�YZ[[\]\\_\abcd_e]\]fga��t������������ ���������������������������������� �������� ��P� � ����� ���!���� ���������������!�!� �� �������� ����
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�)*+,-./012/324/562-78895:2����������;������������<��=����� ��������������� ��� ���<��=������� �!�����<>��?@A,BCDEEDFG,HICJK,LICMNIEM, BCDEEDFG, OI@,IP,QRSTEMK, UBQ,OI@, BMTVNW,S, QXY, ZICDFG, OI@,[\]#� #%�&%� � %� %�[\](� #%�&%� � %� %�[\]$� #%�&%� � %� %�,,,,?@?,_RICRVICa,HICJK,_RICRVICa,YMKVK, OI@,IP,QRSTEMK,"��������;�� (#�� �������b��� � (#�c������� ��� (#�d� �������� ����c� � � (#�e�����!�c���������� � ����%��f*+,81gh/i/j/k:2/32gh12lmn1-glk9gl/m2�o@A,BMVRDEK,IP,pDMEq,HICJK,�������������<�����!����!��;��� ��;�!��������!�<����������� ��!���� ��� ��;�<� �� ������ ��!�� �!��!���� �� ��� � ��" ���<����!�� �!�� �����;�#�&��� ���!�� ��� ��������������;����<������� ��;�!������������!��� ������!�<� �� ����� ������ ��������� �� �� ���������<������� �!�����!� ��������<� ����!����������� ������� �������������� ����������������������������������� ���� ����!� ��������<�������>�rstuvwxyzw{||{}~������� ��!���!����!������ �������������������!������!����=��� ���� �����������!���� ��������<� ���������������������� �!�� � �����<����!�<� ������������ ������������������������!�;��� � �!�� ����;������!�<� ���� �����!��������������!��!�<� ���������� �!� ������� ����� ������������ �������!��� ����������� ����������� � �� ����������<� �� ���������� ���<� ����� ������������� �������������!�������������#�&��� ���!�� ��<����!��������������� �����������!��������� ���������r�v��y�tw{}~y������ ��!���!����!������ ������������ ��������!���� ���!��� ����;��� ����������� ������������!�!�<����������!� <� ����� ��� �������������� �� ����!�� � ����!����!�������!�<��������� �����;�������������� ;��� ����<� �����!���� �!� ������� ����� � �� �����������������!��!������� �!��� ���������� ��������� � �� �����������;� ���!�����������!�r
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����$����#%�()*+,*-,./0+0)-*)12+.304)567(389:;<=>?@AB������!�� �!���������C���� �����C�#�&��� ���!�� ��� ������������D�� �����E����� C��������������� �����������������&%�F%�������D���!���� ������ E�����������B� �� ���!���������!�� �� �������!�� � ����� ������ ������������������������B�����G$�&%�H���!���!�����!���!� �������IGJ���� �����!������ ����� �������� �!����������C��K������LI$�JF�M�������������������B���N����!� ��!����� ���������� ������� �����#&%����� �������������!�!������������ ���������������B���N����!� ��!����� ����� � B��#&%���������� ��������!�!��� ���ME�������������� �#&%���������� ����� ���������B�����!���!������!�!��D� ����!������������� ���!��C� ������ E����B���������� �!��������������� ����!������� ��C� � ����.O-2P+,.Q*)0-.R0S0T.����������������B��!� �����!��C�!���� �C���B�������B���� �!� ����� �� ��������� ����!������!���B������!���� ���B� ���B������B�!� �� �!�������������������!����#J�����������B��������� ������ ���!��������!������������ ���!������������ ��� �� �������!�����!��!����� ��������!�������!��� �������!�B� ����������5UVW5XYZ[\]5_5a[b_c[Z_cd5e_cf5���������B��������� ��C� � �B������������!��������!����B� �� ����������!������!��������� �����������"���� C������� ����!��� ��������"�������������� �� � ������!����������������!����"������������� ������� � �!����!��� ��������B����� ��g��8214)P-0.h2+)0+).67(389:ii;>?��� ����� ������ ���B���� ����B� ������������� �� ���B���� �������E�!���!��������.hT*441j1k*)12+.2j.(21T4.j2-.l+m1+00-1+m./P-n2404.67(389:io=p?������B�����������!����!��� ���q����!�"����r������� ���"C ����q"r"����� ���C �������������B� ��������� ��� �������s����� ������g������E�����!�����E�����!���!������CE���������������������B������ �����B������!g����tuvwxyz{wv|}y~AE�������������� �� ������������C��!��!C���� ����B� ��&%�������������� ���!��� ���M���J%%������������|}yz{wv|}y~AE��������������������� C�������� � ������ �������������� ����B� ��&%�������������� ���M���J%%������������|{���Auw{v}|�AE������� ������� � �������� ������������� �����O-*1+.(1�0.7+*T�414.2j.(21T4.67(389:oii?�� ��������������� ��!�B����!� ����!� ������ ���������!� ���� �����������������������������B���!������!���!���!� ������
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%� ���������� �������!�!����������� � �������� ���!��������������������!�!��!� ������� �������� �!�������� ������)��!� ���� ������� ��*+,,-./-.0*1232,4*56*75284*9+7:;<=>?@ABC*���� �����D��!����� ��EE���!���� ������� ���������FGHIGJKFGLGMK�� ������ ������ � �� � ������ ���� ��� ����������� ��� ����D��!� � ���NOPQMGRKFGLGM*�� ������ ������ � �� � ������ ���� ��� �����������S����!� ����� ��� � ���NOPQMGRGMTKUVJWX���� ����������� ������ ������ � � �������Y����� ���������������� ����������Z� ���!����������� Y��� �����D��!����� �����������!���!� ������ ������� ����Y������!���� �[EES E���*\5.-*]-5_-.*]a,25����b����!��� ����� ������ ������ ������������������!� ��� ���� ���!����!����� �� ����c���������������Z��� ����D���� ��#���!������Z����� ���!����c���������������Z��� ������%�&��������*]5d*efa82,*=-420ga,25g*9]e=B��� ��� � ������ �������������!�������������D�����!����� ��� ���#%%��������� ���b����!���������� ���� ��������!�����!�����������Y���D���� � ����!����� ���Y������!����!����hi������j�* klmnopqrsn ktuvpwn#%%Sx%� yb����� �x%Sz&� ���!�z&S&%� '����&%S{&� ����{&S%� |��Z� ����}~��n���������������������������������� ������$�����������!�����!�� � ���� ������ ���������!��I��PMP�PK�PV�W�K�MPMG�V��������!��������������!���� �Z����������� ��������� ����� �Z����"�!�Y� ���������������!��� ������Z��������� ����!���� �������� ���� ��������������!����!��� �����Z�!���������� �!��!���� �� ��� � ��" ����������������������##� ������� ���&%����Y�� ��!��������Z���������Y� ��!�� �����!��� �!��� ��� ������$���������������Z�Z��� ������������� ��� ��� ������$����������������������!� ���� ���� ���� ���c��Z��������������� ���� ������������!������!��������Z����!�!����������� Z�"�!�������Z����!�!�"�!���!�Y�������!�!�"�!��������!���������Z������ S����" S"����!�"�S"���������!����Y� ���"���i{(�z������!� ����!�������Y���� ���!������ �����������������������!���c�Y������ ���!�!����� ��� ���������� ��� �����
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����&����#%�(����� ��)� � ����� �����������!��� �!� �� � ���� �������� ������ � ��������������#&�#%� ��$&�*%�+�,�������� ��� )��!�-��������������������������������� ����������� ������$�����������,������������!���������� �������!,� ��� �����,������!�� ���������������������)������!������ ��� ��� ��������,��� �����������!� ������� ������� ��������� �!��� �������!�-���� �������� ��� ./01234566787973:7;<=/3>878?0;3333333333333333333333333333333333333333333333333333333@ABC3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� $�%%� " �� $WX&%Y� WZ� � X�� X� �����)����!�!��������$�%%� [�&%� " �� ##XZ\� #[� "�� X� �� )�"�!�[�&%� ]�%%� " �� Z&� Z&� " X"� X� �����)����!�!�"�!�]�%%�#%�&% " �� &%Y� &%Y�� X�� X� �����)����!�!���������3333333333333333333476G=3C23./01234566787973:7;<=/3>878?0;B3@ABC3>5FF7/P30K3:=T5G8T3� ./01234566787973:7;<=/3>878?0;3333333333333333333333333333333333333333333333333333333333@ABV3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� ]�%%� " �� #[X&%Y� $\� " X"� X� �����)����!�!�"�!�]�%%�#%�&% " �� &%Y� &%Y� " X"� X� ,�������!�!�"�!��3333333333333333333476G=3V23./01234566787973:7;<=/3>878?0;B3@ABV3>5FF7/P30K3:=T5G8T3� ./01234566787973:7;<=/3>878?0;33333333333333333333333333333333333333333333333333333333333@AB_3D=189E3F >7F1G?;<3 H3I7G5=E36JK8 L>M> LM4E3N5 O78=/?7G34P1=3Q/0F3 403 O=890R3 H/7;<= H7I=2 SG7TT2 U<JSFV%�%%� #�&%� " �� #&� #&� " � X� �����)����!�!�"�!�#�&%� *�%%� " �� ##X$%� Z$� "�� X� �� )�"�!�,� ���������*�%%� [�&%� " �� $\� $\� "�� X� �� )�"�!�[�&%�#%�&% " �� &%Y� &%Y� "�� X� �� )�"�!��3333333333333333333476G=3_23./01234566787973:7;<=/3>878?0;B3@AB_3>5FF7/P30K3:=T5G8T3�ab3cdefghijdfkglmjnfkolpdqqlfghijdfmk�r2C3Q05;R78?0;3M0;R?8?0;37;R3>S9=F=3��!����!��� �����)�!������������� �������!������ ���� ����� ����� �)������ )�"�!��!������)����!�!�"�!����!��� �!������ ��� ������$�������������������������� ���s���)������,��s����!� ����� �������!���)��� ���������!�tuvvwxwywz{w|}~�z�xwx��|z!�� � �� ���������!�������!� ���) ������ �������� ����!������������!������������� �� ���� � ������!� ������������ � � �� ������� �!�����,�#%�%��� ���!�� ������,� ��������!��"�����,����!� ���) ������ ��������!�!����� ���� ��� �����)���)������� �������!� ������������"���� ��� ��� ����,����������� �!����������������� � �� �
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�����!���� �)��� �����!��� �����!������ ��� ��� ����������*�� ���� �����+��� ��+����������!�� ������ ��������!� �� �+������������!� �� ���������!� ��� ����� �� �� ���������������������������� ������!� � ���!�� ���!�������!� ���, ������ ������!�������������� ��� ��� ���� ��� ������� ���� ����� ,��'����+������� ���!� �������,����� ���!�������!�������!� ���, �����-./0123405676829:0;6960'���!������������ ��������+��� ����� �������� ��� ����������!������� �����������!� ���� ��� �����<����!�����+��������!���������� ���!�!������������� ���� ���� �����=>���!��� �������� �����=?����������+��������� �!����!����� � ������!����,������������������� @ABC0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� ($$� #%%� VV%%�$�%� U�&� &%� ($$� VV� VV%%�U�&� (�%� &(� (W%� &(� VU%%�(�%� X�&� (#� (W#� VU� VU%%�X�&� W�%� (&� #U$W� &%� &%%%�W�%� #%�&� (Y� VYXY� #%%� &%%%�� 0000D6F340Z.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@ABC0�� @AB/0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� WXW� $U� $%%%�$�%� U�&� &%� #((W� X%� U%%%�U�&� (�%� &(� #((W� #%%� &%%%�(�%� X�&� (#� #((W� #%%� &%%%�X�&� W�%� (&� #((W� &Y� &%%%�W�%� #%�&� (Y� VYXY� #%%� &&%%�� 0000D6F340-.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@AB/0�� @AB0123405676829:0;696000000000000000000DEFF696G60H6IJ4K0;479G0L0 @MK4N0 ;K2O4I0PKML0 DM0 QRS0T160 QFS0T160 QRS0T160 QFS0T160%�%� #�&� ����� � ����� � ����� � ����� �#�&� $�%� U$� ($$� &(� VV%%�$�%� U�&� &%� ($$� VV� VV%%�U�&� (�%� &(� #XVX� (%� UY%%�(�%� X�&� (#� V#$%� XU� UY%%�X�&� W�%� (&� V#YX� X(� &%%%�W�%� #%�&� (Y� VYXY� #%%� &&%%�� 0000D6F340_.0[ELL6K:0MQ0\392L6940123405676829:0;6960QMK0DEFF696G60H6IJ4K0[9692MI0]0@AB0�
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�������� ����������������!������� )����!�������!��*�����+%%�,�+%%�����*�����!��������������� ���� ��������������� �!��� ��������-��� ������������� �����*��-���������!�����!�����./012343536���������������!��������)���� �777777777777777777777777777777789:;<7=>7?@AB<C7DA;<7E9F9GAHI7?9H97JK@7LMNO7PQACR7ST7U7ST7GV7W@AB<C7FA;<7777 77777777777777777777777777777777789:;<7X>7?@AB<C7DA;<7E9F9GAHI7?9H97JK@7LMNY7PQACR7ST7U7ST7GV7W@AB<C7FA;<7777777777
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%�)))))))))))))))))))))))))))))))))*+,-.)/0)1234.5)63-.)7+8+93:;)1+:+)<=2)>?@A)BC35D)EF)G)EF)9H)I234.5)83-.)������� ��� ���J������� ������������������� K������������� ������������!� ������������ ���!����� ��������L�������������� ��M��� N�� �O�N�P�N��QR ������������������������ N�� �S�%�T%N�P�R ��������Q�� ���������!������������N�� �S�NU$������Q�� �����!��������������������������������N����L�O�N�� �U�'��"�������������������������������������L����M�N�� �O��� ��� ����� �������������� K�����������������VW���� N"�O��� ��� ����� ���� �����VW��� N��O��� ��� ��������� �����VW��� R �O�� �L���� ���� ���������� R �O�L���� ���� ��������Q�L���� ���� ��������������!��VW��� "'�O���� K���� �����X0A)Y.9=HH.5I.I)63-.)*38)Z-.4+:3=5���������� �������!���� �� ���������L�K� �� �� ����� ������� ������������ �� ����!��������!�[�� ������������ ���� ��������������!�!� ���� �� ������L��� ���#\�%��� �������L� �������!�������� ������� �� ������ �����������!�K���J�!��!���V� �!��� ������������ �� ����� �����!����� �!����� �� �!��������������!���� �� ��������������$��� ��������!������������!����������������L�����������������]��� ������� �
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����(����#%������������������������������'��������� �������������� ���������)�%��� �������������� �!��������*���� ���������� ��������������!������� *����+,-./012304567.809:7:;.0<.=:>[email protected]@6B5204C.DE.���!!� ��� �� ��������F�� ���!�������� ����� ���������������� *�����!�������������� �!����� �������� ��������G� �����!������������!������ ���DH�� ����� �I��� �� �� � ��������J���������������������� ��������� �������� ����������!������ ����K�������� ��� ���!����!�����G� �����!������������!������ ���LH����������� ����M�� ���DE�N��K��OPQ�������������������G���Q���!�!�� ��O������ �������!�������� �� ������ ����� ��� ������ ������� ��������� ���!��������������GPQ�R�J�����R������� �����*���������������������� �%�S� ��%�T������������J������������� ��� �������������� ��������� �������� ����������!������ ����K����������!� ���� ��� �������G� �����!������������!������ ����DH���������� �������� ����������� ��������� ����� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,.0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� #&�%%� &�#()�&&�$�%� S�&� #&�%%� &�#()�&&�S�&� h�%� #h�%%� &�&$i�T)�h�%� T�&� #T�%%� &�iiS�i(�T�&� (�%� $#�%%� #%�T$#�)T�(�%� #%�&� &)�$(� #i�#$T�$$�.............................]6>[email protected],.=:>[email protected]@<<[email protected]<.61265204.bC.k504;cB:,.<5,l.<01.U/VW.� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� ))�h)� T�i$#�ST�$�%� S�&� $&�%%� #)�##&�(&�S�&� h�%� $&�%%� #)�##&�(&�h�%� T�&� $&�%%� #)�##&�(&�T�&� (�%� $&�)S� #)�#(i�T$�(�%� #%�&� &)�$(� #i�#$T�$$�� .........................]6>[email protected],.=:>[email protected]@<<[email protected]<.61265204.bC.k504;cB:,.<5,l.<01.U/Vm.� U/[email protected][.\656...]:>>6566.A64?@1.\@Z5._. =:>[email protected]@<<,.0<.61265204.a10_. ]0. bC.504;c<5de bC.fgc_de%�%� #�&� %�%%� %�%%�#�&� $�%� #&�%%� &�#()�&&�$�%� S�&� #&�i%� &�Sh(�h#�S�&� h�%� $h�)#� #)�&$&�h#�h�%� T�&� S)�h)� #S�T&S�hh�T�&� (�%� S$�Si� #&�%&%�S(�
�������������������������� �������� ������� ����� ����������� ������������������������������ ����������� ��� �������� � � �����!������ ����������" � ���#$%&"'�#� � ����#%����#%�(�%� #%�&� &)�$(� #*�#$+�$$�� ,,,,,,,,,,,,,,,,,,,,,,,,,-./01,234,56/78.91,:;1<<=>=1?@,;<,A.8=.@=;?,BC,D@;?EF>64,<@4G,<;8,HIJK,,LMN,OPQPRSRPTUVW�����������������X���!��������!� ��������������������!��X� ���Y!�����!��������!����Z� �� ����������X������ �!��������������������� ������������ �!� �� ������� ����!� X������ ��� ����!������!�������������� ���� � ������������ X���� ���Y!�����!����!�����������!� ����� ���!��� �������� ������ ������Z�!��������������Z��[��!�������� X���� ���Y!�����!������� �!� �� ��������X���X��!��� ������������ �����\ �!�!� ���X� ���!���� X��X��X�������� ������ � �� � �������� �����!���� �������]�� �����!������������ ���Y!�����!���[�Z���!�������� ���������� X����������� ����� �!�������Z�������!��� ��������� ��X��!�����!� � ���������!������ ��� ������$������������"����!��X������ ����� �������!���!� ������������!�!������� ��� ���� ���� � ������ ���Y!�����!�����!���������!� ���� ������������� ����!�����!��������������_$((($$$_*&����_$(+)(+%_*���!��a������!!���� ��b���)%%)cX����������� �� ���������� ����!����� �����������!����� ������!��Xd��efgfhijklmenmopjhmeqrqsmtuvwxvyz{qy|smf{}q{vv~m��emkw�mefmm�����m'����!������������������������"Y������""������"����mhv�xv��v~m����m�������
APPENDIX “A” – APPENDIX TO BID
Title Clause Details
Contract Period 120 days (Off-Shore)
Date for Commencement {Insert date for Commencement}
Date for Contract Completion {Insert date for Contract Completion}
Defects Liability Period 15.a) & 15.e) One (1) year upon issuance of the Certificate of Practical Completion
Liquidated Damages
9
1/10th of 1% of the Contract Price a day or part thereof but not exceeding 10% of the Contract Price.
Period of Honoring Interim Certificates
8 c) Thirty (30) days
Period of Honoring Final Certificate
14 d) Sixty (60) days
Retention percentage 8 e) Ten percent (10%)
Limit of Retention 8 f) Ten percent (10%) of the Contract Price
Period of Final Measurement 14 a) One (1) month
Advance Payment Bond and Value
2.5 a) Fifteen percent (15%) of the Contract Sum
Insurance Limits
Contractor’s All Risk 2.4 i) Equivalent to the Contract Sum
Third Party Insurance 2.4 i) Php 5,000,000 Single Limit
Third Party Insurance Including Employer’s Property
2.8 h)
Percentage addition to Prime Cost Sums
Instructions to Bidders 6.1
{Contractor to insert required percentage %}
Performance Bond Value 2.5 b) Twenty percent (20%) of the Contract Sum
Retention Bond Value 16 a) Maximum of Ten percent (10%) of the Contract Price
APPENDIX “B”
SPECIMEN FORM OFAFFIDAVIT OF LIEN
KNOWN ALL MEN BY THESE PRESENTS: That we {Name and Address of Contractor} hereby and herein confirm that all labor, materials, equipment, plant, goods, services, utilities and sub-contractors both nominated and domestic; who have supplied, provided or executed works of any description for the CP-01: General Construction Works (Main Module) have been paid their full entitlement of their due amount to date and in a timely manner. It is also confirmed that {Name of Contractor} retains sufficient funds to fulfill all similar obligations for all materials, equipment, plant, goods, services, utilities and sub-contractors both nominated and domestic delivered to or performed on or in connection with CP-01: General Construction Works (Main Module). It is also fully and faithfully guaranteed by {Name of Contractor} that all materials, equipment, plant, goods, services, utilities and sub-contractors works, both nominated and domestic which have been executed and/or delivered to Site or in fabrication/ manufacture off site are deemed to be under the ownership of Tubbataha Management Office and that no claim contrary can be made, either legally or otherwise. This Affidavit of Lien shall remain valid until the date of the Certificate of Acceptance or superseded by a later issue of an Affidavit of Lien. Signed on behalf of {Inset Name of Contractor} Name of Principal {Insert Name of Principal} Signature of Principal ______________________ Witness my hand and seal this ____________________ Doc. No. ____: Page No.____: Book No.____: Series of 2015.
APPENDIX “C” Specimen Form of Performance Bond (Unconditional) KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto (Name of Contractor/Name of Owner) but not to exceed the sum of __________________________________________________________________(Php______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:
WHEREAS, the above bounden Principal, on the _____ day of _______________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the CP-01: General Construction Works (Main Module) for Tubbataha Reefs Natural Park Ranger Station, as per Contract Award dated ________________; CALLABLE ON DEMAND;
A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to secure the full and faithful performance on his part of said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.
The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on ___________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of ______________________ 2015.
NAME OF BONDING/INSURANCE COMPANY NAME OF CONTRACTOR (Surety) (Principal)
By: By:
IN THE PRESENCE OF:
_______________________________ ______________________________ Witness my hand and seal this ____________________
Doc. No. ____: Page No.____: Book No.____: Series of 2015.
APPENDIX “D” Specimen Form of Advance Payment Bond KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto (Name of Contractor/Name of Owner) but not to exceed the sum of ________________________________________________________________(Php_______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:
WHEREAS, the above bounden Principal, on the ______ day of ________________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the repayment of the advance payment granted by the Obligee to said Principal in connection with CP-01: General Construction Works (Main Module) for Tubbataha Reefs Natural Park Ranger Station, as per the Contract Award dated __________________; CALLABLE ON DEMAND; A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to guarantee the unliquidated portion of the advance payment sum in said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.
The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on
________________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of _____________________ 2015. NAME OF BONDING/ INSURANCE COMPANY NAME OF CONTRACTOR
(Surety) (Principal)
By: By:
IN THE PRESENCE OF:
_______________________________ ______________________________
Witness my hand and seal this ____________________
Doc. No. ____: Page No.____: Book No.____: Series of 2015.
APPENDIX “E” Specimen Form of Retention Bond KNOW ALL MEN BY THESE PRESENTS: That we WHEREAS we {Name and Address of Contractor} as PRINCIPAL and {Name of Bonding/ Insurance Company}, a corporation duly organized and existing under and by virtue of the laws of the Republic of the Philippines as SURETY, are held and firmly bound to answer for damages unto {Name of Contractor} / {Insert Owner’s Name} but not to exceed the sum of ________________________________________________________________(Php_______________) Philippine currency, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
THE CONDITIONS OF THE OBLIGATION ARE AS FOLLOWS:
WHEREAS, the above bounden Principal, on the ________ day of _________________________ entered into a contract with the said OBLIGEE, to fully and faithfully guarantee the repayment of the retention granted by the Obligee to said Principal in connection with the Works as described within the Project, Tubbataha Reef Natural Park Ranger Station for the CP-01: General Construction Works (Main Module), as per the Contract Award dated _________________________; CALLABLE ON DEMAND; A copy of which contract is hereto attached and makes a part hereof; WHEREAS, said contract require said PRINCIPAL to give good and sufficient bond in the above stated sum to guarantee the unliquidated portion of the retention sum in said contract; NOW, THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreement stipulated in said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect.
The liability of the {Name of Bonding/ Insurance Company}, under this bond shall expire on
_______________________ and the SURETY does not assume responsibility for any liability incurred or created after said date; notice of claims against the SURETY must be given to the SURETY not later than ten (10) days from said expiry date, and failure to do so shall release the SURETY from all liabilities under this bond and shall be a bar to any action against it. IN WITNESS WHEREOF, we have set our hands and signed our names at __________________ this ___________ day of ___________________ 2015. NAME OF BONDING/ INSURANCE COMPANY NAME OF CONTRACTOR
(Surety) (Principal)
By: By:
IN THE PRESENCE OF: _______________________________ ______________________________ Witness my hand and seal this ____________________
Doc. No. ____: Page No.____: Book No.____: Series of 2015.
APPENDIX “F” Specimen Form of Sworn Statement of Compliance This Sworn Statement of Compliance certifies that our Bid for the Contract Package CP-01: General Construction Works (Main Module) of the Tubbataha Reefs Natural Park Ranger Station has been prepared in accordance with the Bid Documents, and has taken into consideration all items issued within the Minutes of Pre-Bid Meeting/s, Bid Bulletins, and all other Pre-Bid Correspondences. That we are fully responsible and have carefully examined all the Bid Documents; that we have knowledge of all conditions, local or otherwise affecting the carrying out of the Works and that failure to do so shall be at our own risk. That it is our sole responsibility to determine and satisfy ourselves by means as we consider necessary or desirable as to all matters pertaining to the Project, including the location and the nature of the Works; the adjacent existing structures, facilities and properties, including tenants/residents and activities that may be affected during the construction of the Works; climatic conditions; geological conditions of the site; transportation and communication facilities; requirements and availability of materials, labor, water, electric power and roads; the locations and extent of material sources, and all other factors that may affect the cost, duration and execution of the Works. The Owner shall not assume any responsibility regarding our erroneous interpretations or conclusions out of the data furnished by the Owner. That we are familiar with all laws, decrees, ordinances, acts and regulations of the Republic of the Philippines which may affect or apply to the operations and activities of the Works. We are, Yours faithfully, NAME OF CONTRACTOR (Principal) Name of Bidder : _____________________ Registered Address : _____________________ Signed by : _____________________ Date : _____________________ Signed: Witness my hand and seal this ____________________
Doc. No. ____: Page No.____: Book No.____: Series of 2015.
APPENDIX “G” Specimen Form of Certificate of Site Inspection We, the undersigned, hereby certify that we have visited the Site, and determined the general characteristics of the Project and the conditions therein and have ascertained for ourselves the conditions, approaches and the like etc. and all matters and anything that may affect our Bid for the Contract Package CP-01: General Construction Works (Main Module). We fully understand and agree that no increase in costs or extension of time shall be considered in the event we have failed to observe any and all site conditions and items which may have effects on our Bid. It is also expressly understood that, we, our personnel and/or agents hold free save harmless and indemnify you, your personnel, representatives or agents from and against all claims and liabilities in respect of any damage, or injury to person or property whatsoever caused in exercising our right to visit Site. We are, Yours faithfully, NAME OF CONTRACTOR: (Principal) Name of Bidder : _______________________ Registered Address : _______________________ Signed by : _______________________ Date : _______________________ Signed: Witness my hand and seal this ____________________
Doc. No. ____: Page No.____: Book No.____: Series of 2015:
APPENDIX “H” Specimen Form of Scope & Classification of Contractors Attendances to NSC’s
HARD ATTENDANCE SOFT ATTENDANCE
1 Provision of area/space to build their temporary offices, amenities and warehouses.
1 Coordination, supervision and provision of attendances.
2 Provision for adequate site security for safety from damage or theft of all fixed and unfixed materials, plant, goods, machinery, tools and scaffolding etc.etc.
2 Coordination with respect to provision for necessary facilities for cutting away, making good, covering up and protecting the works for the entire construction duration, including the necessary removal and disposal of rubbish and debris and thorough cleaning of affected areas within Site up to the completion of the works.
3 Provision of tapping points for temporary utilities (power and water) upon request; including metering and collection of each NSC's utility charges.
3 The full responsibility for all NSC's, and for any default or breach of contract on their part in the same way and extent that GenCon is liable to the Owner for its own performance of the Works.
4 Use of roads and working space on Site for access to their respective works/ areas.
4 The responsibility on all obligations undertaken by NSC's, including any obligation as to the design, suitability, quality or performance of their works, materials or goods; The reliable skill and judgment for the design or suitability of NSC's work or materials.
5 Use of ladders and scaffoldings provided by the GenCon provided that such use is at the convenience of the GenCon and that the GenCon shall not be obliged to retain such longer than necessary for its use.
5 The study of the scope of works of NSC's as described and as shown or inferred in the Contract Documents including all necessary attendance and coordination that is manifestly necessary for the satisfaction and timely completion of the Works.
6 Use of mess rooms, latrines and other usual facilities of the site.
6 Making arrangements with NSC's as to the time and manner of executing their works and to obtain full particulars as to their requirements and shall supply them with all necessary information so that their works can be correctly executed.
7 Facilities for unloading, hoisting and storing materials, plant, goods, machinery, tools and scaffolding etc.etc., returning packaging materials; placing in position of materials plant, goods, machinery, tools and scaffolding.etc., provided that if the load to be hoisted exceeds lifting capacity of the GenCon they will not be required to provide additional facilities.
7 The obligation to ensure that NSC's works conform to the requirements of the Contract and the responsibility of arranging and coordinating the execution of all tests required to be carried out by the NSC's.
APPENDIX “H” (continued) Specimen Form of Scope & Classification of Contractors Attendances to NSC’s
8 Use of the personnel elevator by their workers
8 Coordination of activities of all NSC's and compliance with the Owner's instructions concerning relation with NSC's to prevent interference which may adversely affect the progress of the Work.
9 Adherence of Subcontract Agreements with NSC's
9 Attendance and coordination with NSC's in cases of their billing and change order claims
10 Coordination and allowance for integrating with the works of the NSC's so as not to hinder their progress or the progress of the work as a whole
11 Provision of “House Rules” to be abided by NSC's to ensure general safety, security, cleanliness and sanitation of the site during the construction period up to its completion and acceptance by the Owner
APPENDIX “I”
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.
A F F I D A V I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;
6. Select one, delete the rest: If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. It did not give or pay, directly or indirectly, any commission, amount, fee, or any form of
consideration, pecuniary or otherwise, to any person of official, personnel or representative of the government in relation to any procurement project or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 2015 at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory
• This form will not apply for WB funded projects.
APPENDIX "H"
Owner MC NSC Owner MC NSC
MC refers to Main Contractor
1. PERMITS
Building Permit √ √
Locational & Barangay Clearance √ √
Occupancy Permit √ √
All additional permits required for the Works. √ √
2. TAXES and DUTIES
Import duties, tariffs, customs clearance, taxes, etc.√ √
3. INSURANCES
All Risk Insurance √ √
Additional insurance required not covered by the
above.√ √
4. OFF-LOADING/ DISTRIBUTION
Delivery to Site √ √
Facilities for off-loading at Site. √ √
Distribution and Positioning on Site √ √
5.PROTECTION OF WORK/ SAFETY/ SECURITY
Safety paraphernalia for NSC personnel. √ √General protection at Site. √ √Watchmen to guard the Site generally. √ √Additional watchmen to guard NSC's work and
materials (if required)√ √
Photo identification (ID) card system for workman
and staff.√ √
Protection (Installation & removal) at NSC work area.√ √
Care & protection of NSC stored materials. √ √Safety, common access areas. √ √Safety, NSC's work area. √ √
6. TEMPORARY WORKS
Temporary roads, access to the Site. √ √Provision of space within the Site. √ √Construction of offices, workshops, storage, etc.
(including removal).√ √
Off-site storage facilities. √ √Toilets including construction, maintenance and
removal. √ √
7. TEMPORARY SERVICES
Power supply √ √Temporary switchboards at selected locations. √ √Consumption Meters √ √Single phase outlets √ √
FACILITY/SERVICESTO BE PROVIDED BY AT THE COST OF
NSC refers to Nominated Subcontractor
APPENDIX "H"
Owner MC NSC Owner MC NSCFACILITY/SERVICES
TO BE PROVIDED BY AT THE COST OF
Three phase outlets √ √Artifical access lighting √ √All additional temporary lighting for the Works. √ √Water supply. √ √Tapping points for water distribution at selected
points.√ √
Additional temporary plumbing from tapping points.
i.e. water hoses and fittings.√ √
NSC Telephone/ Facsmile connections and calls. √ √Temporary ventilation & air conditioning required for
the Works.√ √
8. SCAFFOLDING
External scaffolding including eraction, adaptation &
removal.√ √
Internal scaffoling/ platforms as required for the NSC
Works.√ √
9. CRANAGE/ HOISTING
Tower crane hoisting. √ √Lifts for personnel & materials including the
necessary power, maintenance & operators.√ √
Additional hoisting facilities including operators as
required for the NSC works exceeding Contractors
Limitations.
√ √
10. CLEANING UP
Rubbish Bins √ √Collection of NSC's rubbish & placement in bins. √ √
Disposal of rubbish off-site. √ √
PROVINCIAL GOVERNMENT OF PALAWAN Project Reference No.: TMO-0125
Standard Form Number: SF INFR-49 Location of the Contract : Cagayancillo, Palawan
Revised on: August 11, 2004
Business Name : ______________________________________
Business Address : ______________________________________
Note: Please use additional sheets if necessary
Submitted by : _____________________________________________________________
Designation : _____________________________________________________________
Date : _____________________________________________________________
iii.
Contract Package: CP-01: General Construction Works (Main Module)
APPENDIX "J"
v.
One of the requirements from the bidder to be included in its Technical Envelope is a list of its equipment units pledged for the contract to be bid, which are owned (supported by proofs/
ownership), leased and /or under purchased agreements (with corresponding engine numbers, chassis numbers and/or serial numbers), supported by certification of validity of
equipment from the equipment lessor/vendor for the duration of the project.
Model/YearCapacity
Performance/SizePlate No.
Motor No./
Body No.Location Condition
i.
ii.
ii.
Name of the Contract: Tubbataha Reefs Natural Park Ranger Station
List of Equipment, Owned or Leased and/ or Purchase Agreements, Pledged to the Proposed Contract
B. Leased
iv.
Proof of Ownership/
Lessor or VendorDescription OR & CR No.
v.
iii.
iv.
A. Owned
C. Under Purchased Agreement
iv.
v.
i.
ii.
iii.
i.
PROJECT NAME : TUBBATAHA REEFS NATURAL PARK RANGER STATION
CONTRACT PACKAGE: CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)
PROJECT LOCATION: CAGAYANCILLO, PALAWAN
TYPE OF EQUIPMENT OWNED LEASED
LIST OF MINIMUM EQUIPMENT REQUIREMENT
APPENDIX "K"
PROJECT NAME : TUBBATAHA REEFS NATURAL PARK RANGER STATION
CONTRACT PACKAGE: CP-01: GENERAL CONSTRUCTION WORKS (MAIN MODULE)
PROJECT LOCATION: CAGAYANCILLO, PALAWAN
DESIGNATION
REQUIRED MINIMUM NO. OF
YEARS EXPERIENCE TO
RELATED FIELD
MINIMUM KEY PERSONNEL REQUIREMENT
APPENDIX "L"